Pre-Solicitation Synopsis F-16 CCA
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 Department of the Air Force is issuing a Pre-Solicitation Synopsis for an upcoming Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract to procure spare F-16 Control Panels (Elect), specifically the "Panel, Control, Elect" (NSN: 1680-01-051-3052WF). This is a Total Small Business Set-Aside. The purpose is to provide notice of an upcoming solicitation and conduct market research. Interested parties should email their interest by February 05, 2026, 10 AM MST.
Scope of Work
The requirement is for 3 units of the F-16 Control Panel, Elect, and 1 unit for a Counterfeit Prevention Plan (CPP). Manufacturers must build and test according to current Technical Data Packages (TDPs) and AS9100 standards, with compliance to Cybersecurity Maturity Model Certification (CMMC) Level II. Key requirements include:
- Item: Panel, Control, Elect for the F-16 (NSN: 1680-01-051-3052WF), which functions as a manual control for external lighting.
- Technical Data: TDPs are export-controlled and require a DD Form 2345, Military Critical Technical Data Agreement, for access. Access requests should be emailed to the PCO with CAGE code and DD Form 2345 verification.
- Manufacturing Qualification: Offerors must undergo a qualification process, estimated to cost approximately $10,000 and take 180 days. This includes submitting a Source Approval Request (SAR) package, AS9100 certificate, CMMC Level II self-certification, and a qualification test plan/report. A pre-contract award qualification article is required.
- Counterfeit Prevention: Contractors must establish and document a comprehensive Counterfeit Prevention Plan (CPP) to avoid, detect, mitigate, and disposition counterfeit electronic parts. This plan is a mandatory deliverable (CDRL A001), due 30 days after contract award.
- Packaging & Transportation: Strict adherence to military packaging standards (e.g., MIL-STD 2073-1, MIL-STD 129), Wood Packaging Material (WPM) compliance (ISPM 15), and Electrostatic Discharge (ESD) sensitive material handling. F.O.B. terms are Origin and Destination, with specific instructions for obtaining shipping guidance from DCMA.
Contract Details
- Type: Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Set-Aside: Total Small Business Set-Aside
- Estimated Value: Not specified (TBD), but the proposed action is greater than $25,000.
- Period of Performance: Delivery of the panel is 14 months after contract award; the Counterfeit Protection Plan is due 30 days after contract award.
- Anticipated Award: Within 60 days after the RFQ close date.
- Foreign Participation: Not allowed; drawings are export-controlled to U.S. companies only.
Submission & Action
- Response Date: Thursday, February 05, 2026, 10 AM MST.
- Action: Interested parties should email their interest in providing a quote or becoming a qualified source to the Contracting Officer.
- Contact: Avery Irwin, avery.irwin@us.af.mil, 801-777-6355.
- Solicitation Number: FA8212-26-Q0236.