F-16 EMU
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 Defense Logistics Agency (DLA) Aviation at Ogden, UT, under the Department of Defense, has issued a Solicitation (SPRHA426R0041) for the manufacturing of 37 units of NSN 6625-01-721-8870, F-16 Test Set Subassembly bare printed circuit boards. This acquisition is restricted to a qualified source: BAE Systems (CAGE 12436). Offers are due by February 9, 2026, at 11:59 PM.
Scope of Work
This solicitation requires the manufacturing of bare printed circuit boards, specifically NSN 6625-01-721-8870 WF, TEST SET SUBASSEMBLY, F-16. The scope also includes comprehensive requirements for preservation, packaging, and marking of all supplied materials. This involves strict adherence to various military standards (e.g., MIL-STD-2073-1, MIL-STD-129, MIL-STD-147, MIL-STD-648), industry standards (ASTM, ANSI), and international standards (ISPM 15 for wood packaging). Special attention is required for electrostatic discharge (ESD) sensitive materials and hazardous materials, which must comply with DOT/UN specifications and require Safety Data Sheets (SDS) IAW FED-STD-313.
Contract Details
- Opportunity Type: Solicitation
- Contract Type: Firm Fixed Price
- Quantity: 37 EA (Item 0001)
- Product Service Code: 6625 (Electrical And Electronic Properties Measuring And Testing Instruments)
- Set-Aside/Restriction: Restricted to qualified source: BAE Systems (CAGE 12436)
- Period of Performance: Delivery for Item 0001 is due by June 30, 2027. Item 0002 has a proposed delivery of 30 Calendar Days.
- Quality Assurance: Higher Level Contract Quality Requirements (ISO 9001:2015).
- Inspection and Acceptance: Origin.
- IUID Required: Yes.
- Limitations of Liability: High Value Item.
Submission & Evaluation
- Offers Due: February 9, 2026, at 11:59 PM.
- Price Validity: Prices must be held firm for 120 days.
- Late Offers: Subject to late proposal provisions.
- Evaluation: Offers are subject to attached or incorporated provisions, representations, certifications, and specifications. Specific evaluation criteria are not detailed in the provided document summary.
Key Deliverables & Requirements
- Counterfeit Prevention Plan (CPP): A CDRL (Data Item A001, Authority DI-MISC-81832) requires the submission of a CPP via email to jaime.meredith@us.af.mil. This plan is due no later than 30 calendar days after contract award, with government review within 14 days and resubmission (if requested) within 7 days. The CPP has a "D" distribution statement (DoD and U.S. DoD contractors only) and export control warnings.
- Packaging & Marking: Compliance with detailed military and industry standards, including specific requirements for hazardous and ESD-sensitive materials.
- Delivery: Early and partial deliveries are acceptable at no additional cost. Contractors must immediately inform the Contract Administrator of any inability to meet the delivery schedule.
Contact Information
- Primary Contact: Travis Bodily (travis.bodily@us.af.mil)
- Secondary Contact: Rocky Tello (Rocky.tello@us.af.mil)