MANIFOLD,FLUID,AIRC
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 Firm Fixed Price contract to procure MANIFOLD,FLUID,AIRC (NSN: 1630010454508). This opportunity is specifically for the Brake Control Valve Manifold Assembly (P/N: 16L202-21) for F-16 aircraft. Responses are due March 18, 2026.
Scope of Work
This acquisition requires the manufacturing and supply of the specified manifold assembly. Key requirements include:
- Manufacturing Qualification: Offerors must undergo a pre-contract award qualification process, demonstrating possession of necessary facilities, equipment, tooling, and personnel. This involves verifying the complete data package for P/N 16L202, manufacturing to ESA-approved engineering data, and providing evidence of quality, performance, and environmental evaluations.
- Testing & Evaluation: Bidders must prepare and submit a qualification test plan/procedure and a complete test report. A qualification article must be provided for government evaluation. The government reserves the right to inspect testing processes.
- Documentation: A Contract Data Requirements List (CDRL) mandates "Test/Inspection Reports" (Data Item No. A001) to be submitted concurrently with the First Article. An Engineering Data List (EDL) details technical documentation and specific parts for the F-16 Landing Gear system.
- Packaging & Marking: All materials must comply with DoD standards, including MIL-STD-2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD-129 for marking. Specialized requirements cover electrostatic discharge (ESD) protection and hazardous materials handling per ICAO, CFR Title 49, and IATA.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Response Due: March 18, 2026, 6:00 PM UTC
- Published: February 18, 2026
- Set-Aside/Eligibility: This acquisition is restricted to qualified sources (CAGE 81755, 81755, 61898, 91816). Offerors must submit a qualification package and be fully qualified prior to contract award. The qualification process is estimated to cost $3000 and take 365 days.
Evaluation
Award will be based on factors including Price or Cost as the primary evaluation factor. Successful completion of the qualification process is mandatory for eligibility, though it does not guarantee contract award.
Additional Notes
The Buy American Act/Balance of Payments Program is applicable. Early and partial deliveries are acceptable at no additional cost. Offered prices must remain firm for 120 days. Waiver criteria for qualification requirements are available. Contact: Richard Dunlap, richard.dunlap.2@us.af.mil, 3855198306.