Pre-Solicitation Synopsis F-16 CCA

SOL #: FA821226Q0236Pre-Solicitation

Overview

Buyer

HILL AFB, UT, 84056, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 22, 2026
2
Last Updated
Feb 5, 2026
3
Response Deadline
Feb 5, 2026, 5:00 PM

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 U.S. Air Force has issued a Pre-Solicitation Synopsis (FA8212-26-Q-0236) for an upcoming Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract to purchase spare F-16 Circuit Card Assemblies (CCAs). This opportunity is a Total Small Business Set-Aside and is restricted to responsible, qualified sources. Interested parties must email their interest and may need to submit a Source Approval Request (SAR) package. Responses are due by February 5, 2026, at 10 AM MST.

Scope of Work

The procurement is for Panel, Control, Elect for the F-16 CCA (NSN: 1680-01-051-3052WF). The requirement includes 3 units for CLIN 0001 and 1 unit for CLIN 0002 (Counterfeit Protection Plan). Manufacturing must adhere to current Technical Data Packages (TDPs) and AS9100 standards. Technical Data Packages are export-controlled, requiring a DD Form 2345 for access.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) IDIQ
  • Estimated Value: Greater than $25,000 but not exceeding the simplified acquisition threshold.
  • Period of Performance: Delivery for CLIN 0001 is 14 months after contract award; CLIN 0002 (Counterfeit Prevention Plan) is due 30 days after award.
  • Award Date: Anticipated within 60 days after the RFQ close date.

Eligibility & Submission

  • Set-Aside: Total Small Business Set-Aside.
  • Foreign Participation: Not allowed; drawings are export-controlled to U.S. companies only.
  • Action: Interested parties should email their interest in providing a quote or becoming a qualified source to the Contracting Officer, Avery Irwin (avery.irwin@us.af.mil).
  • Source Qualification: The Government owns the TDPs and has unlimited data rights to qualify new sources. A Source Approval Request (SAR) package, including an AS9100 certificate and CMMC Level II self-certification, is required. Qualification efforts are estimated to take 180 days and may incur costs of approximately $10,000 for testing and evaluation.

Key Deliverables & Requirements

  • Counterfeit Prevention Plan (CPP): A mandatory deliverable (Data Item Number A001) due within 30 calendar days after contract award, submitted via email.
  • Packaging: Compliance with AFMC Form 158, MIL-STD 2073-1, MIL-STD 129, and International Standards for Phytosanitary Measures (ISPM 15) for Wood Packaging Material (WPM).
  • Transportation: F.O.B. terms are recommended as "Origin" and "Destination." Bidders must contact DCMA for shipping instructions via the SIR eTool System.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3
Solicitation
Posted: Feb 5, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 22, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 22, 2026