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. These PCUs are critical AC-to-AC converters for the Aircraft Integration System (AIS) Test Stands. This is an Unrestricted opportunity, and proposals are due June 11, 2026, at 3:00 PM MT.
Purpose & Scope
This solicitation (FA8212-26-R-0002) seeks qualified manufacturers to provide F-16 Test Stand Power Supply Units (PCU), identified by NSN 6130-01-373-0561WF and P/N 2215058-001. The PCU is an AC-to-AC converter providing power distribution and control for test stations, essential for Line Replaceable Unit testing. The contract anticipates an initial order of 5 units (1 First Article, 4 production articles), with an estimated 6 units per year, totaling approximately 30 units over the 5-year IDIQ period.
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ), contemplating a Firm-Fixed-Price structure.
- Period of Performance: 5-year ordering period, from September 30, 2026, through September 29, 2031.
- Place of Performance: Manufacturer Facility.
- Priority Rating: This is a "DO" rated order, certified for national defense use, requiring compliance with the Defense Priorities and Allocations System (DPAS).
Key Requirements & Deliverables
- Product: F-16 Test Stand Power Supply Unit (PCU), AC to AC Converter (NSN 6130-01-373-0561WF, CAGE 12436 / 2215058-001).
- Mandatory Qualification: Offerors must meet Manufacturing Qualification Requirements (MQR) prior to contract award. This involves notifying the government of intent to qualify, certifying facilities and capabilities, possessing a complete data package (including drawing 2215058), providing evaluation data and a pre-contract award qualification article (all at the offeror's expense). Qualification testing and engineering support are estimated to take 180 days with an approximate cost of $2100.
- Certifications: CMMC Level 2 (Self) certification is required for all information systems handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI). Offerors must have current CMMC status in SPRS and provide CMMC Unique Identifiers (UIDs) in their proposal.
- Data Deliverables: A First Article Test Report (CDRL B001) and a Counterfeit Prevention Plan (CDRL A001, due 30 days post-award) are required.
- Compliance: Item Unique Identification (IUID) marking per MIL-STD-130, and strict adherence to packaging (MIL-STD-2073-1, MIL-STD-129, ISPM 15) and export control regulations for technical data.
Submission & Evaluation
- Proposals Due: June 11, 2026, at 3:00 PM MT.
- Submission Method: Written proposals via email to the Contracting Officer and Contract Specialist.
- Required Documents: Proposal, financial capability statement, CMMC certification status/level, and ability to meet the required delivery date. Cost or pricing data may be required.
- Evaluation Factors: Quality (Factor 1) is significantly more important than Price (Factor 2). Quality will be assessed based on the manufacturer's ability to produce quality parts and meet MQR. Award will be made on an "All or None" basis to the responsible, qualified offeror with the lowest Total Evaluated Price (TEP). The government may award without discussions.
Set-Aside
This acquisition is Unrestricted / No Set-Aside Used. All qualified sources may submit a bid, proposal, or quotation. Foreign bidders must indicate interest to the contracting officer prior to submitting a proposal.
Contacts
- Primary: Brandon Moses (Brandon.moses.1@us.af.mil, 801-586-1055)
- Secondary: Leslie Evans (leslie.evans.1@us.af.mil, 8018884549)