F-16 Rudder, Aircraft
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 one F-16 Rudder, Aircraft (NSN: 1560-01-077-1314 WF, P/N: 16T7302-805). This acquisition is restricted to qualified sources: Aerospace & Commercial Technologies (CAGE: 1XKR3) and Lockheed Martin Corp. (CAGE: 81755). The procurement is part of the 448th Supply Chain Management Wing (448th SCMW) and DLA Aviation On-Time Delivery (OTD) Improvement Initiative. Quotations are due by February 3, 2026.
Scope of Work
This opportunity requires the manufacture and delivery of an F-16 Rudder, adhering to stringent technical and quality specifications. Key requirements include:
- Manufacturing: Compliance with Engineering Data Requirements (EDR) and Engineering Data List (EDL), including specific part marking (MIL-STD-130) and material specifications (e.g., SAE AMS-QQ-A-250/4).
- Qualification: For potential new sources, adherence to Manufacturing Qualification Requirements (MQR) is mandatory, including prequalification notice, facilities certification, data verification, process verification, and submission of a qualification test plan and article. Estimated qualification cost is $5,500.00 over 90 days.
- First Article Test (FAT): Submission of a First Article Test Report (CDRL A001) concurrently with the First Article item, detailing dimensions, materials, and processing. The First Article must meet specific characteristics and technical data requirements.
- Packaging & Marking: Strict adherence to military standards (MIL-STD-2073-1, MIL-STD-129, MIL-STD-147, MIL-STD-648) and ASTM standards for preservation, packaging, and marking. This includes specific Special Packaging Instructions (SPI) for the Rudder, addressing packing levels (A and B), container dimensions, weight, fragility, and International Standards for Phytosanitary Measures (ISPM 15) for wood packaging.
- Traceability & Identification: Supply chain traceability documentation and Unique Item Identification (UID) are required.
- Hazardous Materials: Preparation, labeling, certification, and compliance with regulations for hazardous materials shipments (ICAO, CFR Title 49, IATA, IMDG Code), including Safety Data Sheets (SDS).
Contract & Timeline
- Contract Type: Solicitation (implies Firm Fixed Price for production article).
- Product Service Code: 1560 (Airframe Structural Components).
- NAICS Code: 336413 (Aircraft Parts and Auxiliary Equipment Manufacturing), Size Standard: 1,250 employees.
- Eligibility: Restricted to US Contractors Only, specifically Aerospace & Commercial Technologies and Lockheed Martin Corp.
- Response Due: February 3, 2026 (Close of Business).
- Published Date: December 22, 2025.
- Delivery: Proposed delivery date for the production article is December 30, 2028. Early delivery is acceptable at no additional cost.
- Pricing: Prices offered must be held firm for 120 days.
- Foreign Military Sales (FMS): Applicable.
- Buy American Act/Balance of Payments Program: Applies.
Evaluation
Evaluation will primarily be based on Price or Cost, with other factors considered significantly less important. First Article testing and approval are mandatory for award.
Contact Information
Primary Point of Contact: Kody Quayle (kody.quayle@us.af.mil).