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 Department of the Air Force is conducting a Sources Sought Synopsis (SSS) to identify qualified manufacturers for the F-16 Circuit Card Assembly (NSN: 5998-01-653-6192WF, P/N: 187218-001). This effort aims to secure spare military aircraft parts and gather industry recommendations for delivery times. Responses are due by February 23, 2026, 3 PM MST.
Opportunity Overview
This SSS is a presolicitation notice seeking responsible manufacturers to produce serviceable quality spare F-16 circuit cards. The government is assessing competition, particularly among small businesses, to determine if a set-aside is appropriate, with full and open competition planned for qualified sources. The Air Force owns the Technical Data Packages (TDPs) with unlimited data rights.
Key Requirements & Deliverables
The requirement includes 22 Production Articles, 1 First Article, a First Article Test Report, a First Article Qualification Test Plan, and a Counterfeit Protection Plan. Manufacturers must build, test, and deliver items according to the current TDP and AS9100 quality standards. Specific data items required include a "First Article Test Report" (A001), a "First Article Qualification Test Plan" (B001) compliant with AS9102 and MIL-HDBK-61B, and a "Counterfeit Prevention Plan" (C001).
Qualification Requirements
Vendors must meet specific Manufacturing Qualification Requirements (MQR) to become a qualified source. This involves notifying the government of intent to qualify, certifying facilities/testing/inspection capabilities, verifying data packages (e.g., GE Aviation Systems LLC drawing 187218 or Utah State University Space Dynamics Laboratory drawing 205-4401), and manufacturing according to ESA-approved data including Unique Identification (UID). Offerors must submit a qualification test plan and report at their own expense (estimated cost $3,500, 180 days for completion) and provide a pre-contract award qualification article.
Technical Data & Export Control
Technical Data Packages (TDPs) are export controlled and restricted to U.S. companies only, with no foreign participation allowed. Access to TDPs via SAM.gov requires an active DD Form 2345. Unmarked engineering data should be treated as "DISTRIBUTION D. Distribution authorized to DoD and US DoD contractors only, Critical Technology, 2 February 2022."
Contract Details
The anticipated contract type is Firm-Fixed-Price (FFP), with an "All or None" award basis. The Period of Performance and Estimated Value are TBD. Award is expected within 60 days after the solicitation closing date. A Defense Priority and Allocation System (DPAS) "DO" rating has been assigned.
Submission Requirements
This is not an RFP. Interested parties must submit a Source Approval Request (SAR) package. The SAR must include a copy of their AS9100 certificate and proof of Cybersecurity Maturity Model Certification (CMMC) Level II self-certification. Small businesses must demonstrate they will perform at least 40% of the manufacturing. Responses should also include industry recommendations for delivery times.
Points of Contact
Submissions and inquiries should be directed to Leslie Evans (leslie.evans.1@us.af.mil, 801-586-3964) and Brandon Moses (Brandon.moses.1@us.af.mil).