F-16 Power Supply NSN 6130-01-373-0561WF 5 yr IDIQ
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 Department of the Air Force is soliciting proposals for a 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for F-16 Power Supply Units (PCU), NSN 6130-01-373-0561WF. This opportunity is for the procurement of AC-to-AC converters for the Aircraft Integration System (AIS) Test Stand. Proposals are due May 11, 2026, at 3:00 PM.
Scope of Work
The contract requires the manufacture and delivery of F-16 Power Supply Units (PCU), Part Number 2215058-001, which are 1000-watt, 115 VAC, 60 HZ, single-phase AC-to-AC converters. These units are critical for the F-16 AIS Test Station. Key requirements include:
- Manufacturing Qualification: Offerors must meet specific Manufacturing Qualification Requirements (MQR), including submitting a qualification test plan, report, and a pre-contract award qualification article. Estimated cost for testing is $2100, with 180 days for engineering support. Waiver criteria exist.
- Quality Assurance: Adherence to AS9100 or higher certification, with parts built and tested according to the current Technical Data Package (TDP).
- Data Deliverables: Submission of a Counterfeit Prevention Plan (CDRL A001) within 30 days of award and a First Article Test Report (CDRL B001) detailing dimensions, materials, processing, and certifications.
- Packaging & Marking: Compliance with MIL-STD-2073-1, MIL-STD-129, and ISPM 15 for wood packaging material, including specialized handling for hazardous and electrostatic sensitive materials.
- Item Unique Identification (IUID): Marking required per MIL-STD-130.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ).
- Period of Performance: 5-year IDIQ effort, with an ordering period from September 30, 2026, through September 29, 2031.
- Estimated Quantity: Minimum order of 5 units (1 First Article, 4 production), with an estimated maximum of 30 units over five years (6 units per year).
- Set-Aside: No Set-Aside Used (Full & Open Competition).
- NAICS Code: 335999 (All Other Miscellaneous Electrical Equipment and Component Manufacturing), Size Standard 600.
Submission & Evaluation
- Proposal Due: May 11, 2026, 3:00 PM.
- Submission: Proposals, financial capability statements, CMMC certification status/level, and ability to meet delivery dates must be emailed to Brandon Moses (Brandon.moses.1@us.af.mil) and Leslie Evans (leslie.evans.1@us.af.mil).
- Key Compliance: Offerors must possess CMMC Level 2 (Self) certification, with status recorded in SPRS, and provide CMMC UIDs in their proposal. Compliance with export control regulations for technical data is mandatory; foreign participation is not allowed. This is a "DO" rated order under DPAS.
Additional Notes
Technical Data Packages (TDPs) are export-controlled and available via SAM.gov upon request, requiring verification of an active DD Form 2345. Transportation is F.O.B. Origin.