F-16 Seat, Aircraft Ejection
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 Warner Robins, GA, on behalf of the Department of Defense, is conducting market research through a Sources Sought notice to identify potential sources capable of manufacturing the F-16 Seat, Aircraft Ejection (NSN: 1680015744006MH; P/N: J11471-547). This RFI aims to identify qualified vendors with the necessary expertise, capabilities, and experience. Responses are due by April 26, 2026.
Scope of Work
This opportunity seeks manufacturers for the F-16 Aircraft Ejection Seat, a zero-zero capable seat designed for high G combat maneuvering, featuring a reclined seat back, center pull handle, rocket motors, and a parachute. Contractors must furnish all material, support equipment, tools, test equipment, and services, ensuring that all contractor-furnished materials or parts equal or exceed the quality of the original. The government does not own the technical data required for repair or overhaul, and no samples are available. The level of security clearance and foreign participation are yet to be determined.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research to identify potential Small Business set-aside areas)
- Response Due: April 26, 2026 (close of business)
- Published: March 31, 2026
Submission & Evaluation
Interested parties should provide documentation supporting their company's capability, including how they would overcome any lack of experience (e.g., teaming, subcontracting). Respondents must complete a Contractor Capability Survey covering business information, general capabilities (facility, staff, past experience, manufacturing, technical data generation, capacity, quality assurance), repair capabilities, and commerciality questions. Joint ventures and teaming arrangements are encouraged. This RFI is for planning purposes only; the government does not intend to award a contract based on this RFI and will not reimburse participants for expenses.
Contact Information
Responses and questions should be sent via email to Russell McGaha at Russell.McGaha@us.af.mil. Attachments should not exceed 10 MB. April Walls (april.walls@us.af.mil, 478-926-3548) is also listed as a point of contact for questions related to the market survey.