Intent to Sole Source - External & Inlet Lighting Repairs
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 148th Fighter Wing, Minnesota Air National Guard has issued a Combined Synopsis/Solicitation (RFQ W50S7F26Q0012) for External Lighting Panel and Inlet Light Repair Services for F-16 aircraft. While the Wing anticipates a sole-source award to AirTronics, LLC due to specific certifications, offers are being requested from qualified small businesses. This is a Total Small Business Set-Aside. Quotes are due by March 27, 2026, at 4:00 PM CT.
Scope of Work
The requirement is for the inspection, repair, and functional testing of F-16 external lighting and inlet light systems to restore them to Original Equipment Manufacturer (OEM) and military standards. Specific items include:
- External Lighting Panel Repair: One (1) unit (NSN 1680-01-541-0907), requiring compliance with Technical Order (TO) 8C10-8-3-2. This involves troubleshooting, component replacement, and functional testing for navigation, anti-collision, and formation lighting.
- Inlet Light Repair: Two (2) Left-Hand units (NSN 6220-01-475-1996) and one (1) Right-Hand unit (NSN 6220-01-473-1998), requiring compliance with TO 1F-16CJ-4-33. This includes repair or replacement, installation, alignment, and functionality checks. All work is to be performed at the contractor's location, with deliverables including repaired items, maintenance records, and a Certificate of Return to Service.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) award.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS: 334511 (Electronic Coils, Transformers, and Other Inductors Manufacturing) with a 1,350-employee size standard.
- Place of Performance: Contractor's location, with delivery to Minnesota Air National Guard, Duluth, MN.
- Delivery: Within 60 days after contract award. Quotes should state best delivery date if 60 days cannot be met.
- Quote Validity: Minimum of 60 days.
Submission Requirements
Offerors must provide pricing for the specified items, inclusive of delivery. Responses should include:
- Past performance information (military, commercial, civilian).
- Place of manufacture for all items.
- Feasible delivery dates.
- Preferred CLIN structure: CLIN0001 (External Lighting Panel Repairs, 1 Job), CLIN0002 (Left-Hand Inlet Light Repairs, 2 Job), CLIN0003 (Right Hand Inlet Light Repairs, 2 Job).
- Electronic documents must be in standard Microsoft or Adobe formats, unsecured, and less than 10MB total.
- Small business joint ventures must submit specific representations as per FAR 52.212-3(c) and 52.219-1(c).
- SAM.gov Registration: Required with active status at time of evaluation.
Evaluation Criteria
Award will be made on a Best Value basis, considering Price, Technical Capability, Delivery, and Past Performance. Technical, delivery, and past performance, when combined, are approximately equal to price. The Government intends to award without discussions, so initial offers should be comprehensive. Offerors must demonstrate a clear understanding of requirements and provide a minimum of two relevant past performance references from the last five years.
Key Dates & Contacts
- Quote Due Date: March 27, 2026, at 4:00 PM CT.
- Questions Due: Two business days prior to the quote due date.
- Contact: Rebecca Dimler, rebecca.dimler@us.af.mil. Place solicitation number W50S7F26Q0012 in the email subject line.