F-16 Test Fixture Assembly - Circuit Card Assemblies
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, under the Department of Defense, has issued a Solicitation for F-16 Test Fixture Assembly - Circuit Card Assemblies. This acquisition is restricted to a qualified source: BAE Systems (CAGE 12436). The solicitation seeks specific F-16 aircraft components and related manufacturing services. Offers are due by March 24, 2026, at 05:59 AM UTC.
Scope of Work & Key Requirements
This opportunity involves the procurement of various F-16 components, including:
- Fixture Assembly, Test (F-16)
- Fixture, Test, Optical (F-16)
- Circuit Card Assembly (F-16)
- Power Supply Assembly
- Specific National Stock Numbers (NSNs) are detailed in the solicitation, such as 4920-01-406-7356, 6650-01-437-5214, 5998-01-505-3909, 6130-01-718-8723, 5998-01-384-0844, and 5998-01-467-8585.
Key requirements include:
- Inspection and Acceptance: At Origin.
- Item Unique Identification (IUID): Required, with physical item markings per MIL-STD-130. Specific IUID marking specifications for Circuit Card Assemblies (NSN 5998-01-384-0844) are detailed, requiring both Human Readable and Machine Readable 2D Matrix markings per MIL-STD-130, ISO 15434, ISO 15415, and ISO 15418.
- Packaging and Marking: Must comply with MIL-STD-129 and/or ASTM-D-3951. The Statement of Work (SOW) further specifies adherence to AFMC Form 158, MIL-STD-2073-1, ISPM 15 for wood packaging, ESD control procedures (MIL-STD-2073-1, MIL-HDBK-773, ANSI/ESD S20.20, ESD TR20.20), and hazardous materials regulations (ICAO, CFR Title 49, IATA, IMDG, AFMAN24-604).
- Supply Chain Traceability: Contractors must retain documented evidence.
- Data Deliverables: A "Connectorized Prevention Plan" (CPP) is required as a data item (DI-ADMN-81752), to be submitted via email within 10 calendar days after request.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Period of Performance: Delivery dates for various line items range from September 2027 to January 2029.
- Restriction: This is a restricted acquisition to BAE Systems (CAGE 12436).
- Offer Due Date: March 24, 2026, at 05:59 AM UTC. This date reflects the latest amendment (SPRHA426R0111_______0002.pdf).
- Published Date: February 19, 2026.
Evaluation
Offers will be evaluated primarily based on Price or Cost.
Additional Notes
The solicitation references numerous FAR and DFARS clauses. Associated documents include a Technical Data Package (TDP.zip), Engineering Data Lists (EDL0844.pdf, EDL8585.pdf), and Engineering Data Requirements (EDR0844.pdf). Release of engineering data to foreign entities requires Foreign Disclosure Office approval.