Overhaul of F-16 Check Valve
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 United States Air Force (USAF), through the Air Force Sustainment Center (AFSC) at Tinker AFB, is contemplating a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Overhaul of F-16 Check Valves (NSN: 4820010533375RK, P/N: 2750037-101). This presolicitation indicates a 5-year period of performance with minimum 5 and maximum 20 units. A sole source solicitation is contemplated due to existing engineering source approval requirements and only one approved source.
Scope of Work
The contractor will provide all labor, facilities, equipment, and materials for the overhaul, which includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the valves to a serviceable condition. The F-16 Check Valve functions as a flow control valve for halon, used in fuel tanks for fire suppression. The scope also covers Over and Above (O&A) work and Data (Not Separately Priced). Government Furnished Property (GFP) will include 20 Check Valves (NSN 4820010533375, P/N 2750037-101) valued at $22,500 each.
Key Requirements & Compliance
- Qualification: Interested vendors not previously qualified must submit a Source Approval Request (SAR) package. Engineering source approval by the design control activity is required.
- Technical Data: To receive technical data during the pre-solicitation phase, offerors must email AFLCMC.LZP.PUBSALES@us.af.mil with a company letterhead request, solicitation number, specific data needed, and a copy of the current, approved DD Form 2345.
- Performance Standards: 100% defect-free end-items and adherence to the contractual delivery schedule.
- Logistics: F.O.B. Origin is recommended. Shipping instructions will be obtained from DCMA Transportation via the SIR eTool. Delivery of 10 units is required every 433 days After Receipt of Order (ARO) to DLA Distribution Depot Oklahoma, Tinker AFB.
- Compliance: Requirements include Item Unique Identification (IUID) marking per MIL-STD-130, specific packaging for hazardous materials (residual fuel) per MIL-STD-2073 and MIL-STD-129, and Supply Chain Risk Management (SCRM) including cybersecurity measures referencing NIST SP 800-161 and NIST SP 800-53. A Quality Program and Parts Control Program are also mandatory.
- Reporting (CDRLs): Contractors will be required to submit various reports, including Commercial Asset Visibility (CAV) Reporting (daily/24 hrs), Contract Depot Maintenance (CDM) Monthly Production Reports, Government Property (GP) Inventory Reports (annually), Technical Data Packages (TDP) (18 months after award), Reports of Shipping/Packaging Discrepancy (SF-364/ROD) (as required), and a Production Surge Plan (30 days after award).
Contract & Timeline
- Type: Presolicitation for a Firm Fixed Price IDIQ
- Set-Aside: None specified (sole source contemplated)
- Solicitation Release: On or about May 29, 2026
- Response Due: June 30, 2026 (for the upcoming solicitation)
- Estimated Award: On or about August 3, 2026
- Contact: Matthew Churchwell, matthew.churchwell.2@us.af.mil, 405-739-4809.