F-16 Heat Exchanger Overhaul
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 Oklahoma Air National Guard, 138 Mission Support Contracting, intends to issue a firm-fixed-price sole-source award to LIMCO Airepair, Inc. for F-16 Heat Exchanger Overhaul services at Tulsa IAP ANGB, OK. This is a Special Notice, not a request for quotes, seeking clear and convincing evidence that competition would be advantageous to the Government.
Opportunity Details
- Title: F-16 Heat Exchanger Overhaul
- Agency: Oklahoma Air National Guard, 138 Mission Support Contracting (DEPT OF DEFENSE, DEPT OF THE ARMY)
- NAICS: 336413 (Aircraft Parts and Auxiliary Equipment Manufacturing)
- PSC: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Tulsa, OK
Scope of Work & Justification
This requirement involves the overhaul of F-16 heat exchangers. The need for this sole-source award stems from a modification to an existing Purchase Order (W50S8U26PA010) after initial testing by Limco Airepair, Inc. revealed more extensive damage than anticipated. Limco Airepair, Inc. is identified as the only reasonable source due to their possession of the specific parts, necessary tools, and expertise. Re-competing this critical and time-sensitive requirement would incur additional costs and delays, impacting aircraft airworthiness. Limco was also the lowest cost and fastest option among the Air Combat Command (ACC) approved vendors for this service.
Contract & Timeline
- Type: Firm-Fixed Price, Sole-Source (Authority: FAR 13.106-1(b)(1)(i))
- Anticipated Period of Performance: February 19, 2026 to April 23, 2026
- Published Date: February 23, 2026
Response Requirements
This notice is for informational purposes only and is not a request for quotes, bids, or offers. Unsolicited proposals will not be accepted. Interested concerns must demonstrate clear and convincing evidence that competition for this requirement would be advantageous to the Government. A determination not to compete, based on responses, is solely at the Government's discretion.
Key Dates & Contact
- Response Due: March 9, 2026, 10:00 PM EST
- Primary Contact: Frank Friedl (138.FW.MSC@us.af.mil, 918-833-7250)