F-16 Interface
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, on behalf of the Department of Defense, has issued a Solicitation for F-16 Interface Units (NSN 5895-01-354-4287 WF). This acquisition is for two (2) INTERFACE UNIT, COMM for Foreign Military Sales (FMS) customers. The opportunity is restricted to qualified sources: Elbit America (CAGE 0WEC9) and Lockheed Martin (CAGE 81755). Other vendors must undergo a rigorous qualification process before contract award. Quotations are due by April 23, 2026.
Scope of Work
The primary requirement is for the INTERFACE UNIT, COMM, specifically a Left Aft Interface/Multiplexer Matrix, which interfaces signals between avionics stores management systems for F-16 applications. Key components include a mother board CCA and dual mux bus coupler CCAs. Contractors must also provide a Counterfeit Prevention Plan (CPP) and adhere to stringent packaging, marking, and hazardous material handling standards (e.g., MIL-STD 2073-1, MIL-STD 129, ISPM 15). Manufacturing must comply with ESA-approved engineering data, UID requirements, and specific material/marking standards.
Qualification Requirements for New Sources
Contractors not currently qualified must submit a comprehensive qualification package. This involves:
- Notifying the contracting officer of intent to qualify.
- Certifying access to necessary facilities, equipment, tooling, and personnel for manufacturing, inspection, and testing.
- Verifying a complete data package, including Drawing 16E2504.
- Demonstrating manufacturing and process verification to ESA-approved data.
- Submitting a qualification test plan/procedure for government approval, followed by a test report.
- Providing a pre-contract award qualification article (Drawing 16E2504) for evaluation. The estimated cost for qualification testing is $12,500.00, with an estimated completion time of 180 days. Crucially, offerors must be fully qualified before the contract award date, as the award will not be delayed for qualification.
Contract Details & Deliverables
- Contract Type: Firm Fixed Price.
- Period of Performance: Delivery for the Interface Unit (Item 0001) is required by February 15, 2028. The Counterfeit Prevention Plan (Item 0002) is due within 30 calendar days after contract award.
- Pricing: Vendors must provide range pricing for quantities from 1-2 EA up to 16+ EA, with offered prices held firm for 120 days.
- Delivery: Early and partial deliveries are acceptable at no additional cost.
Submission & Evaluation
Competitive proposals will be evaluated based on the needed quantity price range. Quotations must be submitted to the issuing office by April 23, 2026. The Counterfeit Prevention Plan (CDRL) must be submitted via email to justin.allred.2@us.af.mil within 30 days of award.
Contact Information
For inquiries, contact Michelle Mihu at michelle.mihu@us.af.mil.