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

SOL #: FA825226R0073Solicitation

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
May 7, 2026
2
Submission Deadline
Jun 8, 2026, 10:00 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 is soliciting proposals for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the remanufacture of F-16 Accessory Drive Gearbox (ADG) and Jet Fuel Starter (JFS) components. This unrestricted opportunity, Solicitation FA825226R0073, seeks qualified sources to restore these critical F-16 C/D aircraft parts to serviceable condition. Proposals are due June 8, 2026, at 4:00 PM Mountain Time.

Opportunity Details

This solicitation is for a Firm Fixed-Price (FFP) IDIQ contract with a five-year base period (July 2026 - July 2031) and a five-year option period (July 2031 - July 2036), totaling a potential 10-year contract length. The estimated total ceiling is $96,124,000. Annual quantities range from a minimum of 10 to a maximum of 30 for ADG, and 14 to 42 for JFS. The place of performance is associated with the Air Force office in Nibley, UT, but actual work will be at contractor facilities.

Scope of Work

Contractors will be responsible for the remanufacture of F-16 ADG (NSN: 2835012080169RP) and JFS (NSNs: 2835013083769RP, 2835016892101RP) to a serviceable "A" condition, matching original manufactured quality. This includes providing all necessary facilities, parts, materials, equipment, and services. Key requirements involve:

  • Compliance with quality assurance standards (e.g., ISO 9001-2015).
  • Potential First Article testing for ADG and/or JFS.
  • Implementation of a supply chain cybersecurity plan.
  • Adherence to extensive packaging and marking standards (MIL-STD-2073-1, MIL-STD-129, ISPM 15, ESD, hazardous materials).
  • Compliance with Item Unique Identification (IUID) marking per DFARS 252.211.7003 and MIL-STD-130.
  • Reporting via the Commercial Asset Visibility Air Force (CAV AF) system.
  • Management of Government-Furnished Material (GFM) as detailed in the GFM Appendix.
  • Meeting environmental and sustainability requirements outlined in the Agency Affirmative Procurement Statement.

Qualification Requirements

This acquisition is restricted to qualified sources as per FAR 52.209-1. Offerors must be qualified prior to contract award. Interested vendors not yet approved must submit a Source Approval Request (SAR) package. Detailed Repair Qualification Requirements (RQR) are provided for both ADG and JFS, outlining criteria for facilities, data verification, repair processes, and test/evaluation. Qualification efforts are estimated to take approximately 365 days, with costs around $6,934 for ADG and $4,500 for JFS. Waivers for qualification may be considered under specific conditions. The contract allows for on-ramping of additional qualified sources.

Submission & Evaluation

Proposals will be evaluated based on technical qualifications (including RQR and Supply Chain Risk Management Plan), past performance, and responsibility. The government reserves the right to award without negotiations. Individual delivery orders will be issued via Fair Opportunity Proposal Requests (FOPRs) to qualified vendors, with evaluation criteria determined at the order level (e.g., price only, LPTA, tradeoff). Contractors are expected to propose on 90% of FOPRs for which they are qualified. Offerors are strongly advised to review Sections L (Instructions) and M (Evaluation Factors for Award). A "Notice of Intent to Participate" form is provided for companies to formally signal their interest and provide qualification details.

Important Notes

Award is contingent upon the availability of funds. Foreign participation is restricted. An Ombudsman is available to facilitate resolution of concerns not resolved with the contracting officer.

People

Points of Contact

Leslie TriceSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 7, 2026
Remanufacture of the F-16 Accessory Drive Gearbox (ADG) and Jet Fuel Starter (JFS) | GovScope