F-16 Panel, Power Distrib
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 proposals for F-16 Power Distribution Panels under a Firm Fixed-Price contract. This is a Total Small Business Set-Aside, but critically, only pre-qualified sources are eligible for award. Other small businesses must complete a manufacturing qualification process. Offers are due by May 1, 2026.
Scope of Work
This solicitation seeks specific F-16 Power Distribution Panels:
- 24 units of NSN: 6110014651082WF (PANEL, POWER DISTRIB, P/N 16E2504-875)
- 12 units of NSN: 6110014651078WF (MATRIX ASSY-WING STORES STA 4 / STA 6, P/N 16E3634-859)
- 10 units of NSN: 6110012758549WF (Power Distribution Panel, P/N 16E2504-841) All items require Item Unique Identification (IUID).
Key Requirements & Deliverables
- Manufacturing Qualification: Offerors must be fully qualified prior to contract award. The qualification process involves notifying intent, certifying facilities, verifying data packages, demonstrating manufacturing/process capabilities, submitting test plans/reports, and providing a qualification article. Estimated qualification costs range from $4,800 to $10,000, with completion times from 90 to 180 days. Waivers may be possible.
- Quality Assurance: Requires Higher Level Contract Quality Requirements and Standard Inspection.
- Packaging & Marking: Compliance with MIL-STD-130, MIL-STD-129, and the detailed Statement of Work (SOW) covering preservation, packaging, and marking standards (e.g., MIL-STD-2073-1, ISPM 15, hazardous materials handling, SDS).
- Counterfeit Prevention Plan (CPP): A CDRL A001 for a CPP is required within 30 calendar days after contract award.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Offer Due Date: May 1, 2026, 11:59 PM (latest amendment)
- Delivery Dates: July 2, 2027 (460 Calendar Days After Receipt of Order) for Items 0001, 0002, and 0003.
- Published Date: April 27, 2026 (latest amendment)
Evaluation
Award will be based primarily on Price or Cost, with other factors being "Significantly Less Important than Cost or Price."
Additional Notes
The original solicitation identified Interconnect Wiring, LLP; Polytronix, Inc.; and Richard Manufacturing Company as currently qualified sources. New offerors must complete the qualification process, which will not delay the contract award.