GENERATOR, ALTERNATI
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 Oklahoma City is soliciting proposals for the new manufacture of Generator, Alternator (NSN: 6115-01-236-8434HY, PN: 977J330-3) for F-16 aircraft. This is a Small Business Set-Aside acquisition. The government contemplates a Firm Fixed Price contract for an estimated quantity of 12 units. Offers are due by April 13, 2026.
Scope of Work
This solicitation is for the new manufacture of a Generator, Alternator, which supplies electrical power to F-16 aircraft. Key requirements include:
- Item: Generator, Alternator (NSN: 6115-01-236-8434HY, PN: 977J330-3)
- Function: Supplies aircraft electrical power, mounted to the CSD.
- Materials: Magnesium, Steel Lamination, Copper, Stainless Steel.
- Quantity: Minimum 3 EA, Required 12 EA, Maximum 18 EA.
- Unique Item Identification (IUID): Required in accordance with MIL-STD-130. If a UID label is not present, a new label (PN 200733803-17 or 200945085-005A) must be fabricated and attached.
- Packaging: Must comply with MIL-STD-129 and MIL-STD-2073-1.
Contract Details
- Contract Type: Firm Fixed Price.
- Delivery: Proposed delivery date of January 1, 2031, for 12 units. Early and partial shipments are authorized.
- Inspection & Acceptance: At Origin.
- Receiving Reports: To be submitted using Wide Area Workflow (WAWF).
- Funding: Government's obligation is contingent upon availability of appropriated funds.
Eligibility & Set-Aside
- Set-Aside: This acquisition is set aside for Small Business. Various small business clauses are included.
- Qualified Sources (from earlier synopsis): Hamilton Sundstrand Corp / Cage: 99167 (Authorized Distributor: Intertrade Limited / Cage: OSVE9). Note: The solicitation itself indicates a Small Business set-aside, which takes precedence.
- Qualification Requirements: None exist.
- Export Control: Not applicable.
Submission & Evaluation
- Solicitation Issue Date: March 13, 2026.
- Offers Due: April 13, 2026, at 3:00 PM.
- Solicitation Availability: Electronic procedures will be used; available for download at www.fbo.gov (now SAM.gov). Hardcopies will not be sent.
- Questions: Direct questions to Brent Weilmuenster at brent.weilmuenster@us.af.mil or (385) 591-2959.
- Evaluation: The Supplier Performance Risk System (SPRS) will be used. FAR clause 52.207-4 allows contractors to provide quantity ranges for best prices.
Additional Notes
This notice is not a request for competitive proposals if the government determines not to compete based on responses, though the solicitation indicates a Small Business set-aside. Numerous FAR and DFARS clauses are included.