Combined Request for Information and Synopsis (26-R-0104)

SOL #: SPRHA4-26-R-0104Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT OGDEN, UT
HILL AIR FORCE BASE, UT, 84056-5820, United States

Place of Performance

Place of performance not available

NAICS

Current-Carrying Wiring Device Manufacturing (335931)

PSC

Converters, Electrical, Nonrotating (6130)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 11, 2025
2
Last Updated
Mar 17, 2026
3
Response Deadline
Dec 26, 2025, 9:00 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 Defense Logistics Agency (DLA) Aviation at Ogden, UT has issued Amendment 01 to Solicitation SPRHA4-26-R-0104 for the procurement of 130 Power Supply units (NSN: 6130-01-272-8813 WF) for the F-16 Digital Flight Control Computer. This acquisition is restricted to qualified sources: INNOVATIVE SOLUTIONS & SUPPORT INC and LOCKHEED MARTIN CORPORATION, and is open to U.S. Contractors Only. Offers are due by May 8, 2026.

Scope of Work

The requirement involves the manufacturing of Power Supply units, adhering to stringent military specifications for preservation, packaging, and marking (e.g., MIL-STD-2073-1, MIL-STD-129, ESD protection, hazardous materials regulations). A comprehensive Counterfeit Prevention Plan (CPP), aligning with SAE 5553 and DOD directives, is a mandatory deliverable within 30 calendar days of contract award. Bidders must also comply with strict lead-free solder policies, which generally require the continued use of leaded solders unless a reliable, approved lead-free alternative is identified. Unique Item Identification (UID) per MIL-STD-130 and supply chain traceability documentation are also required.

Contract & Timeline

  • Type: Firm Fixed Price
  • Quantity: 130 units (increased from 109 by Amendment 01)
  • Delivery: Expected within 120 calendar days from the date of award
  • Set-Aside: Restricted to qualified sources (INNOVATIVE SOLUTIONS & SUPPORT INC and LOCKHEED MARTIN CORPORATION); U.S. Contractors Only.
  • Proposal Due: May 8, 2026, 8:00 PM EDT
  • Published: March 17, 2026 (Amendment 01)

Evaluation

Proposals will be evaluated based on range pricing for quantities from 10-30 units up to 131+ units. Price or Cost is the primary evaluation factor, with all other factors combined being significantly less important.

Additional Notes

Offerors must acknowledge receipt of Amendment 01. Specific engineering data (HILL AFB FORM 462) is associated with this requirement, with restrictions on foreign disclosure. Early and partial deliveries are acceptable. The primary contact is Johnny Wakefield at johnny.wakefield.2@us.af.mil or 385-591-3547.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Mar 17, 2026
View
Version 2
Solicitation
Posted: Dec 22, 2025
View
Version 1Viewing
Sources Sought
Posted: Dec 11, 2025