F-16 Circuit Card Assembly NSN: 5998-01-629-5711WF
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 conducting a Sources Sought Synopsis (SSS) for the procurement of F-16 Circuit Card Assemblies (NSN: 5998-01-629-5711WF). This market research aims to identify qualified and responsible manufacturers and gather industry recommendations for a future solicitation. This is not a Request for Proposal (RFP) or Request for Quote (RFQ). Responses are due April 28, 2026, at 3 PM MST.
Scope of Work
The requirement is for 43 units of spare F-16 Circuit Card Assemblies, specifically the Throttle Control System sub-part (electrical) for F-16 C/D aircraft (blocks 32, 42, and 52, F100-PW-229 engine). The item (Reference Number: 201126351-30) converts electrical signals for engine throttle control and locks out erroneous signals. It is an ESD-critical component. Manufacturers must build and test according to the current Technical Data Package (TDP).
Contract & Timeline
- Type: Sources Sought (Firm-Fixed-Price contract anticipated for future award)
- Estimated Value: Not exceeding the Simplified Acquisition Threshold ($350K)
- Set-Aside: To be determined (TBD). The government is assessing competition to determine if a small business set-aside is appropriate and aims to maximize opportunities for small businesses.
- Response Due: April 28, 2026, 3 PM MST
- Published: March 25, 2026 (latest amendment)
Submission & Qualification
Interested parties must submit a brief capability statement and answer specific questions regarding their OEM qualification, business type, manufacturing experience, teaming arrangements, existing contract vehicles, recommended acquisition strategy, long-lead items, recommended delivery times (minimum 3 units per month), and solicitation posting duration. Submissions should be emailed to Leslie Evans (leslie.evans.1@us.af.mil) and Brandon Moses (brandon.moses.1@us.af.mil).
A Source Approval Request (SAR) package is required for qualification, including an AS9100 certificate and CMMC Level II self-certification. The Manufacturing Qualification Requirements (MQR) document details criteria for becoming a qualified supplier, including facility, equipment, data verification, test and evaluation (estimated $5,000 cost, 180 days), and provision of a pre-contract award qualification article. TDP access requires verification of an active DD Form 2345.
Additional Notes
Foreign participation is not allowed as drawings are export-controlled. All Wood Packaging Material (WPM) must comply with ISPM No. 15. A Counterfeit Prevention Plan (CPP) will be a required deliverable (DI-MISC-81832) within 30 days of contract award. Transportation will follow F.O.B. Destination for data/first article, with coordination required with DCMA Transportation. DPAS rated orders ("DO") will be given preference for delivery.