F-16 Horizontal Stabilizer
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 has issued a combined Request for Information (RFI) and Synopsis for the F-16 Horizontal Stabilizer (NSN: 1560-01-619-8981, P/N: 16T7461-835). This notice aims to conduct market research to identify capable sources and enhance competition. Responses are due by February 12, 2026.
Scope of Work
The Government is seeking sources for two (2) F-16 Horizontal Stabilizers, with an estimated delivery schedule of November 30, 2027, to destination DPL002. This RFI is for market research purposes to determine the availability of commercial or non-developmental items and to identify potential sources capable of satisfying the requirement.
Contract & Timeline
- Type: Combined Request for Information and Synopsis (Sources Sought)
- Set-Aside: Not expected to be set-aside for small businesses.
- Response Due: February 12, 2026, 06:59 AM MST
- Published: January 27, 2026
- Product Service Code: 1560 (Airframe Structural Components)
Qualification Requirements
This part requires engineering source approval by the design control activity. Offerors must meet stringent qualification requirements, as detailed in the Manufacturing Qualification Requirements (MQR) document. Key aspects include:
- Prequalification Notice: Notify the government of intent to qualify.
- Capabilities: Certify access to necessary facilities, equipment, tooling, and personnel.
- Data Verification: Possess a complete data package, including Lockheed Martin drawing 16T7461.
- Manufacturing/Process Verification: Conform to ESA-approved data, comply with UID, and demonstrate quality, performance, and environmental evaluations. Identification of material sources and internal processes is required, along with Critical Safety Item (CSI) management.
- Master Tooling Verification: Demonstrate access to and ability to use Lockheed Martin Master Tooling, requiring a separate agreement.
- Test & Evaluation: Submit a qualification test plan for approval and a full test report upon completion. Government inspection of testing is possible.
- Qualification Article: Provide a pre-contract award qualification article for evaluation. A post-contract award first article may also be required.
- Estimated Qualification Cost/Time: Testing and evaluation are estimated at $5,000, with an engineering support activity estimate of 270 days.
- Waivers: Specific criteria (QWC1-QWC6) are provided for potential waivers of qualification requirements.
Submission & Evaluation
All responsible sources may submit a capability statement, proposal, or quotation for consideration. However, offerors must be fully qualified before the contract award date in accordance with FAR clause 52.209-1. The award will not be delayed to allow vendors to demonstrate qualification ability. The Government is not planning to use commercial item policies (FAR Part 12). One or more items are subject to Free Trade Agreements.
Additional Notes
This is not a Request for Proposal or an Invitation for Bid. The Government does not intend to contract based on this request or pay for information solicited. Interested parties should contact Kody Quayle at kody.quayle@us.af.mil or 385-591-0103.