F-16 Tester, Pitot and St
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 the procurement of one F-16 Tester, Pitot and St (NSN 4920-01-527-2388). This acquisition supports the 448th Supply Chain Management Wing's On-Time Delivery Improvement Initiative. The opportunity is UNRESTRICTED and open to U.S. Contractors Only. Proposals are due February 27, 2026.
Scope of Work
This solicitation requires the delivery of a single unit of the specified F-16 tester. Key aspects include:
- On-Time Delivery (OTD): Offerors must review the Government's Required Delivery Schedule (RDS) and propose an achievable delivery schedule based on their internal Production Lead Time (PLT). Early delivery is acceptable without increased cost.
- Unique Item Identification (UID): The item requires UID.
- Packaging and Marking: Must comply with MIL-STD-129R and MIL-STD-2073-1E. The Statement of Work (SOW) further details comprehensive requirements for preservation, packaging, and marking, including adherence to AFMC Form 158, various DoD Military Standards (e.g., MIL-STD 2073-1, MIL-STD 129, MIL-STD-147, MIL-STD-648), ASTM International, ANSI, and FAR/DAR Clauses. This includes specific instructions for military packaging, handling of electrostatic discharge (ESD) sensitive materials, and compliance with International Standards for Phytosanitary Measures (ISPM 15) for wood packaging.
- Hazardous Materials: If applicable, preparation, labeling, certification, and compliance for hazardous materials shipments must follow international and U.S. regulations (ICAO, CFR Title 49, IATA, IMDG, AFMAN24-604), with Safety Data Sheets (SDS) prepared per FED-STD-313.
Contract & Timeline
- Type: Firm Fixed Price
- Set-Aside: UNRESTRICTED
- NAICS Code: 334514 (Size Standard: 850 employees)
- Offer Due Date: February 27, 2026, local time
- Published Date: January 21, 2026
- Period of Performance: Not explicitly stated, but offers must hold prices firm for 120 days.
Submission & Evaluation
Proposals will be evaluated primarily on Price or Cost, with other factors being "Significantly Less Important than Cost or Price." Contractors must immediately inform the Contract Administrator if the contractual delivery schedule cannot be met.
Additional Notes
- This solicitation is approved for U.S. Contractors Only.
- Foreign Military Sales (FMS) are applicable (FMS Case: BR-D-QAR/001).
- Payment will be made via Electronic Funds Transfer (EFT).
- Contact: April Blakeley (april.blakeley@us.af.mil).