GRIP ASSEMBLY,CONTR
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 a GRIP ASSEMBLY, CONTR (NSN: 1680-01-263-0648 WF) for the F-16 aircraft. This opportunity, originally a small business set-aside, has been resolicited on an unrestricted basis. The due date for offers has been extended to March 2, 2026.
Scope of Work
This solicitation seeks a force sensing unit containing transducers in both pitch and roll axes, designed to send physical commands. The assembly is composed of aluminum, copper, plastic, and steel, and is compatible with the F-16. The procurement includes multiple line items:
- Item 0001: GRIP ASSEMBLY, CONTR (1 unit)
- Item 0001AA: Test Report IAW DD 1423-1
- Item 0001AB: First Article (1 unit)
- Item 0001AC: Production Article (14 units)
- Item 0001AD: Production Article (15 units)
- Item 0002: Counterfeit Prevention Plan
Contract & Timeline
- Contract Type: Solicitation (Firm Fixed Price indicated for several line items)
- Set-Aside: Unrestricted (originally Total Small Business, now withdrawn)
- NAICS Code: 336413 (Size Standard: 1,250 employees)
- Proposal Due: March 2, 2026
- Published Date: January 29, 2026 (Amendment)
- Agency: DLA Aviation at Ogden, UT (Department of Defense)
- Place of Performance: Hill Air Force Base, UT
Key Requirements & Deliverables
Bidders must provide a Counterfeit Prevention Plan (CDRL A001, DI-MISC-81832) within 30 calendar days after contract award. Other requirements include:
- Quality Assurance: ISO 9001-2015, MIL-STD-130, MIL-STD-129/ASTM-D-3951.
- Supply Chain Traceability: Required, including manufacturer's CAGE code and batch identification.
- Unique Item Identification (UID): Required for items with acquisition cost of $5,000 or more.
- First Article Testing: Bids are solicited for both "First Article Required" and "First Article NOT Required" scenarios.
Evaluation & Submission
Offers will be evaluated primarily on Price or Cost, with First Article testing cost also considered. Delivery dates are critical; proposals outside the specified periods may be deemed nonresponsive. A qualification package is generally required, though Guardian Electric and Essex Industries are exempt. Electronic procedures will be used for this solicitation.
Contact Information
For inquiries, contact Michelle Parker at michelle.parker.2@us.af.mil or 385-519-8190.