F-16 SST Repair; NSN; 5998-01-555-5340
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 conducting market research via a Presolicitation / Sources Sought notice to identify potential sources for the repair of F-16 Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCAs). This effort aims to determine the best acquisition strategy, particularly regarding small business participation. Responses are due December 24, 2025.
Scope of Work
This effort involves the major overhaul and repair of SFM CCAs for the F-16 SST. Repair includes substantial tear-down, using reusable components, and restoring functionality to original specifications. The contractor must perform acceptance testing and checkout.
- NSN: 5998-01-555-5340
- Part Numbers: 8354415P2, 8354415P002
Contract & Timeline
- Type: Presolicitation / Sources Sought (Market Research)
- Set-Aside: None specified (market research to identify potential small business sources)
- NAICS Code: 811210 (Size Standard: $34.0M)
- Response Due: December 24, 2025
- Published: November 24, 2025
Key Requirements / Deliverables
Respondents must demonstrate the capability to troubleshoot, repair, and test the SST, including the ability to obtain or create necessary repair data, manuals, and technical orders. InDesign is currently the only known source with repair data. The government will not provide troubleshooting, repair process, or configuration data.
Submission & Evaluation
Interested parties should submit a white paper, not exceeding 3 pages, detailing:
- Company information (Name, CAGE, POC, Business Classification, Ownership).
- Repair information per NSN (experience with similar items, past/present airframe repair, parts manufacturing, repair consistency, special tooling, anticipated lead time, subcontracting percentage).
- Discussion of concerns and how the requirement can best be met. Responses will be used for market research to assess industry capabilities and potential acquisition strategies.
Additional Notes
This is not a solicitation; responses will not be considered offers. Respondents must demonstrate the legal right to use any obtained data. Source Approval Request (SAR) packages are separate; contact Tracey Beringer (tracey.beringer@us.af.mil) for SAR information.