F-16 Circuit Card Assembly NSN: 5998-01-653-6192WF
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 U.S. Air Force, through DEPT OF DEFENSE, has issued a Sources Sought Synopsis (SSS) for qualified manufacturers to produce F-16 Circuit Card Assemblies (NSN: 5998-01-653-6192WF). This is a presolicitation notice to identify potential sources and gather industry recommendations for delivery times. Responses are due by April 7, 2026.
Purpose & Scope
This SSS aims to identify responsible manufacturers capable of producing spare F-16 Circuit Card Assemblies. The government owns the Technical Data Packages (TDPs) with unlimited data rights, which are export-controlled to U.S. companies only. This is not a solicitation but market research to inform a future Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract.
Key Requirements & Deliverables
Manufacturers must be able to build, test, and deliver serviceable quality spare military aircraft parts according to the current TDP and AS9100 quality standards. Key deliverables include Production Articles, a First Article, a First Article Test Report, a First Article Qualification Test Plan, and a Counterfeit Prevention Plan. Cybersecurity Maturity Model Certification (CMMC) Level II self-certification is required. Small businesses must demonstrate performing at least 50% of the manufacturing.
Qualification Process
A critical prerequisite is the Manufacturing Qualification Requirements (MQR). Offerors must notify the government of their intent to qualify, certify facilities/testing capabilities, verify data packages, and provide a pre-contract award qualification article. A qualification test plan and report must be submitted, with an estimated qualification cost of $3,500 and a completion time of 180 days.
Contract Details
The proposed contract type is a Firm-Fixed-Price (FFP) IDIQ, with a proposed Solicitation Number FA8212-26-Q-0005. The contract award is anticipated within 60 days after the solicitation closing date, with estimated value and period of performance to be determined. No Economic Price Adjustment (EPA) is authorized.
Submission & Evaluation
Interested parties must submit a Source Approval Request (SAR) package, including an AS9100 certificate and proof of CMMC Level II self-certification. The government is seeking industry recommendations for delivery times for both first and production articles. Responses should be emailed to the Contracting Officer and Contract Specialist. The acquisition is intended for full and open competition, with a potential set-aside for small businesses based on market research.
Important Notes
Technical Data Packages (TDPs) are export-controlled and require an active DD Form 2345 for access via SAM.gov. Packaging requirements adhere to MIL-STD-129, MIL-STD-2073-1, and ISPM 15 for Wood Packaging Material. Transportation data specifies F.O.B. Origin/Destination and relevant FAR clauses. The requirement has been assigned a "DO" rating under the Defense Priority and Allocation System (DPAS).
Contact Information
For inquiries and submissions, contact Brandon Moses (brandon.moses.1@us.af.mil) or Leslie Evans (leslie.evans.1@us.af.mil, 801-586-3964).