F-16 Hydraulic System Toolkit
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 Minnesota Air National Guard is seeking proposals for a Brand Name or EQUAL F-16 Hydraulic System Toolkit, including a specialized toolbox and all necessary tools. This is a 100% Total Small Business Set-Aside issued as a Request for Quotation (RFQ). The requirement includes the supply and delivery of tools, labor, equipment, and transportation. Quotes are due by February 20, 2026, at 5:00 PM CT.
Scope of Work
The contractor shall furnish a toolbox and tools as specified in the attachment. Key toolbox requirements include:
- Mobility: Lockable casters, push/pull handlebar.
- Durability & Appearance: Painted black and olive green, sprayed bed-liner coating on top.
- Security: Key lockable with two keys.
- Tool Organization: Drawers with safety features to prevent accidental opening, 100% content reveal, and all contents shadowed with black on yellow or black on red laser-cut foam.
- Customization: All items laser etched with "F4OMFL011"; bottom drawers to have half the foam uncut for future specialty tools.
- Quality: All tools within a set must be the same brand; tools and toolbox must have a lifetime warranty.
- Approval: Toolbox POC (MSgt Brad Flannigan) will give final approval for tool layout during foam cutting.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ) for commercial items.
- Set-Aside: 100% Total Small Business.
- NAICS Code: 332216 (Hand Tools, Nonedged, Nonpowered) with a 750-employee size standard. The Contracting Officer reserves the right to award under a different NAICS if the company qualifies as small under the solicited NAICS.
- Place of Performance: Delivery to Minnesota Air National Guard, 4680 Viper Street, Duluth, MN 55811-6022.
- Delivery: Within 60 days after contract award. Offerors unable to meet this must provide their best delivery date.
- CLIN Structure: Preferred CLINs are 0001 (Toolbox, 1 EA) and 0002 (Misc parts and supplies, 1 EA).
Submission & Evaluation
- Quote Submission: Offerors must provide pricing inclusive of delivery, past performance information (military, commercial, civilian), place of manufacture for all items, and feasible delivery dates. Quotes must be valid for a minimum of 60 days.
- Questions: All questions must be directed to Joshua Fish (joshua.fish.1@us.af.mil) and Rebecca Dimler (rebecca.dimler@us.af.mil) no later than two business days prior to the quote due date. Questions and answers will be released to all eligible offerors.
- Evaluation Criteria: Best Value approach, considering price, technical, delivery, and past performance. Technical, delivery, and past performance, when combined, are approximately equal to price. The Government intends to award without discussions but reserves the right to conduct them.
- SAM.gov: Offerors must be registered and have an active status in SAM.gov at the time of quote evaluation.
- Electronic Documents: Must be in standard Microsoft or Adobe formats, not secured/locked, and less than 10MB total file size.
Key Clauses & Provisions
This solicitation incorporates numerous FAR and DFARS clauses, including those related to System for Award Management, Safeguarding Covered Defense Information, Buy American, and Limitations on Subcontracting (DEVIATION 2021-O0008). Payment instructions via Wide Area WorkFlow (WAWF) are also detailed.