F-16 Panel, Control, Elect
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 is soliciting quotations for F-16 Panel, Control, Elect components (NSN: 1680-01-661-7568 WF). This is a Total Small Business Set-Aside opportunity. The requirement is for nine units, including First Article and Production Articles, with a strong emphasis on counterfeit prevention. Quotations are due by February 13, 2026.
Scope of Work
This Request for Quotation (RFQ) seeks nine units of PANEL, CONTROL, ELECT, F-16 (NSN: 1680-01-661-7568 WF, Manufacturer: 81755, Part Number: 16F8455-871). Key deliverables include:
- Item 0001: PANEL, CONTROL, ELECT, F-16 (9 each).
- First Article (FA) Requirements: Submission of a First Article Test Report (CDRL B001) and the First Article itself within 180 calendar days.
- Production Articles: Delivery of 1 EA and 8 EA production articles within 180 calendar days.
- Counterfeit Protection Plan (CPP): Submission of a CPP (CDRL A001) within 30 calendar days after contract award. This plan must adhere to DID DI-MISC-81832 and SAE 5553, covering risk assessment, detection, avoidance, testing, traceability, notification, and training.
- Packaging and Marking: Compliance with MIL-STD-130, MIL-STD-129/ASTM-D-3951, and other military standards for preservation, packaging, and marking, including for hazardous materials and electrostatic sensitive items.
- Supply Chain Traceability: Contractors must retain and provide documentation.
Contract & Timeline
- Contract Type: Implied Firm Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336413, with a size standard of 1,250 employees.
- Response Date: February 13, 2026.
- Published Date: January 12, 2026.
Evaluation
Award will be based on Price or Cost as the primary factor, with other factors being significantly less important. The cost of first article testing or engineering review will be considered.
Special Requirements & Notes
- US Contractors Only are eligible.
- Engineering Data: An Engineering Data List (EDL) provides a comprehensive Bill of Materials and technical documentation. Unmarked engineering data must be treated as Distribution D, restricted to DoD and US DoD contractors only.
- WAWF (Wide Area WorkFlow) is required for payment requests and receiving reports.
- Early and partial deliveries are acceptable at no increase in cost.
- Contractors must immediately inform the Contract Administrator if they cannot meet the contractual delivery schedule.
Contact Information
- Primary Contact: Kody Quayle (kody.quayle@us.af.mil).