Actuators
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 Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for a 3-year Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Actuators (NSN: 1680-01-505-0663 WF). These actuators are critical for the F-16 aircraft, specifically for raising and lowering the single-place canopy. This acquisition is a Small Business Set-Aside.
Scope of Work
The contract requires the manufacturing and delivery of "ACTUATOR, ELECTRO-ME" (Part Number: 16VK056001-1) made of Alloy Steel. Key requirements include adherence to "Higher Level Contract Quality Requirements," "Buy American Act/Balance of Payments Program," and physical item markings such as "IUID Required: Yes" and "Serial Number Required." Packaging and marking must comply with MIL-STD-2073-1E and MIL-STD-129R, with inspection and acceptance at the origin. The Statement of Work (SOW) details extensive preservation, packaging, and marking standards, including MIL-STD-130 for UID marking, specific soldering requirements (leaded solder preferred over lead-free due to Airworthiness Advisory M-05-01), and compliance with various DoD and international standards for hazardous shipments and wood packaging.
Contract Details
- Type: Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ)
- Duration: Three 365-day ordering periods (3 years total)
- Quantity: Minimum 7 EA, Maximum 70 EA (estimated 15-20 assets annually for USAF orders only)
- Set-Aside: Small Business (NAICS: 336413, Size Standard: 1,250 employees)
- Eligibility: Restricted to U.S. Contractors Only and specific qualified sources (81755 and 25693).
Qualification Requirements
Offerors must be fully qualified prior to contract award. The "MANUFACTURING QUALIFICATION REQUIREMENTS" document outlines a mandatory pre-award qualification process. This includes notifying the government of intent to qualify, certifying necessary facilities and personnel, possessing a complete data package (e.g., Lockheed Martin Specifications 16ZK056 and 16VK056001), manufacturing to ESA-approved engineering data, submitting a qualification test plan for approval by 416 SCMS/GUEAA, and providing a pre-contract award qualification article for evaluation. The estimated cost for qualification testing is $115,000, with an estimated completion time of 720 days. Award will not be delayed to allow vendors time to qualify.
Submission & Evaluation
- Offers Due: March 27, 2026, 11:59 PM.
- Evaluation: The sole evaluation factor is "Price or Cost."
- Required Submissions: A qualification package is mandatory. Proposals must include a proposed delivery schedule based on the contractor's internal Production Lead Time (PLT) review. Electronic submission of payment requests and receiving reports via Wide Area WorkFlow (WAWF) is required.
Contact Information
For inquiries, contact Michelle Leschke at michelle.leschke@us.af.mil or 385-519-8197.