F-16 Circuit Card Assembly NSN: 5998-01-629-5711WF
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically FA8212 AFSC OLH PZABA, is conducting a Sources Sought Synopsis (SSS) to identify qualified and responsible manufacturers for F-16 Circuit Card Assemblies (NSN: 5998-01-629-5711WF, Part Number: 201126351-30). This is a market research effort, not a solicitation, intended to inform future acquisition planning for a potential Firm-Fixed-Price (FFP) contract. An amendment extended the response deadline to March 24, 2026, at 3 PM MST.
Scope of Work & Requirements
This SSS seeks sources for the Circuit Card Assembly, ESDC, Throttle Control System sub-part, an electrical component for F-16 C/D aircraft (F100-PW-229 engine). The item converts electrical signals for throttle control and locks out erroneous signals, with Electrostatic Discharge (ESD) identified as safety critical. An initial quantity of 43 units is anticipated.
Manufacturers must meet AS9100 standards and possess Cybersecurity Maturity Model Certification (CMMC) Level II self-certification. A Technical Data Package (TDP) is available but is export-controlled, requiring verification of an active DD Form 2345 for access. Foreign participation is not allowed.
Manufacturing Qualification Requirements (MQR) are detailed, including prequalification, certified facilities, equipment, tooling, and personnel. Offerors must possess a complete data package and provide a qualification test plan and report (estimated cost $5,000, 180 days). A pre-contract award qualification article is required, with waiver criteria available.
Packaging must comply with MIL-STD-2073-1, MIL-STD-129, and ISPM No. 15 for Wood Packaging Material (WPM), including specific ESD protection requirements. A Counterfeit Prevention Plan (CPP) (CDRL A001) will be a required deliverable within 30 days of contract award.
Contract Details & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm-Fixed-Price (FFP)
- Estimated Value: Below the Simplified Acquisition Threshold
- Response Due: March 24, 2026, 3 PM MST
- Published Date: March 16, 2026 (latest amendment)
Set-Aside & Eligibility
- Set-Aside Status: To Be Determined (TBD). The government aims to assess if the acquisition can be set aside for small businesses, including Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, and HUBZone Small Businesses.
- Foreign Participation: Not permitted due to export control restrictions.
Submission & Evaluation
Interested parties must submit a capability statement and answers to specific questions via email. A Source Approval Request (SAR) package is required for qualification. Responses will be used to assess competition and inform future acquisition strategy.
Important Notes
Unmarked engineering data should be treated as "DISTRIBUTION D. Distribution authorized to DoD and US DoD contractors only, Critical Technology." Unauthorized export of technical data carries severe legal penalties. Transportation details, including F.O.B. terms (DATA / FIRST ARTICLE F.O.B. DESTINATION) and DCMA contact for shipping instructions, are outlined in DD Form 1653.
Contacts: Leslie Evans (leslie.evans.1@us.af.mil, 8018884549) and Brandon Moses (Brandon.moses.1@us.af.mil, 8015861055).