Remanufacture of the F-16 Accessory Drive Gearbox (ADG) and Jet Fuel Starter (JFS)

SOL #: FA825226PSS73Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8252 AFSC OL-H PZACB SCNDARY PWR
HILL AFB, UT, 84056-5825, United States

Place of Performance

NIBLEY, UT

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Gas Turbines And Jet Engines, Non Aircraft; And Components (2835)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 10, 2026
2
Last Updated
Mar 11, 2026
3
Response Deadline
Mar 18, 2026, 11:00 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 Department of the Air Force has issued a pre-solicitation synopsis for a Multiple Award Contract (MAC) - Indefinite Delivery, Indefinite Quantity (IDIQ) for the remanufacture of F-16 Accessory Drive Gearboxes (ADG) and Jet Fuel Starters (JFS). This notice is not a Request for Proposal (RFP) but informs potential offerors of an upcoming solicitation. Crucially, all sources must be qualified prior to award, requiring a Source Approval Request (SAR) submission.

Scope of Work

This opportunity covers the remanufacture of:

  • Accessory Drive Gearbox (ADG) - NSN: 2835012080169RP
  • Jet Fuel Starters (JFS) - NSNs: 2835013083769RP, 2835016892101RP

These components are vital to the F-16 C/D Aircraft's Secondary Power System, with the JFS providing shaft horsepower to the ADG, which then interfaces with the Power Take-Off (PTO) shaft.

Contract Details

  • Contract Type: Multiple Award Contract (MAC) - Indefinite Delivery, Indefinite Quantity (IDIQ)
  • Period of Performance: Five (5) year base period with one (1) five (5) year option, totaling a potential 10 years (estimated FY2026-FY2036).
  • Estimated Contract Ceiling: $96.124 Million for the 10-year period.
  • Yearly Minimum/Maximum Orders: ADG: 10/30 units; JFS: 14/42 units.
  • Proposed Solicitation Number: FA825226R0073.

Eligibility & Qualification

  • Set-Aside: Full and open to qualified sources.
  • Restriction: Restricted to Qualified Sources per FAR Part 52.209-1.
  • Foreign Participation: Restricted.
  • Mandatory Qualification: Vendors not previously approved must submit a Source Approval Request (SAR) package to the Source Development Small Business Office or Contracting Officer. The qualification process is extensive, requiring facilities, data verification, repair process verification, and test & evaluation.
    • Estimated Qualification Time: Approximately 365 days.
    • Estimated Qualification Costs: Around $6,934 for ADG testing and $4,500 for JFS testing (includes shipping and government facility testing).
    • Waivers for qualification may be considered under specific criteria.

Evaluation

Offerors must meet qualification requirements to be eligible for award. Delivery orders will be issued via Fair Opportunity Proposal Request (FOPR) to qualified sources, considering price competition and past performance as needed.

Key Dates & Contacts

People

Points of Contact

ANGEL MCKENZIEPRIMARY
Leslie TriceSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 2Viewing
Pre-Solicitation
Posted: Mar 11, 2026
Version 1
Pre-Solicitation
Posted: Feb 10, 2026
View
Remanufacture of the F-16 Accessory Drive Gearbox (ADG) and Jet Fuel Starter (JFS) | GovScope