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) to identify qualified manufacturers for F-16 Circuit Card Assemblies (NSN: 5998-01-629-5711WF). This market research aims to assess industry capabilities, competition, and gather delivery recommendations for a future Firm-Fixed-Price IDIQ contract. Responses are due April 28, 2026, at 3 PM MST.
Purpose & Scope
This SSS is a presolicitation notice, not a Request for Proposal (RFP) or Request for Quote (RFQ), issued by the AFSC OLH PZABA office. The primary goal is to identify qualified and responsible manufacturers capable of producing spare Circuit Card Assemblies for the F-16 Weapons System, specifically the Throttle Control System sub-part for F-16 C/D aircraft (blocks 32, 42, 52, F100-PW-229 engine). The government seeks to determine if adequate competition exists, particularly among small businesses, for a potential set-aside.
Key Requirements
- Product: Circuit Card Assembly (NSN: 5998-01-629-5711WF, P/N: 201126351-30), an electrical component converting signals for F-16 engine throttle control.
- Quantity: 43 units for a single purchase.
- Manufacturing Standards: Must build and test according to the current Technical Data Package (TDP) and AS9100 standards.
- Cybersecurity: CMMC Level II self-certification is required.
- Source Qualification: Offerors must undergo a Source Approval Request (SAR) process, including submitting a qualification test plan and report (estimated $5,000, 180 days) and a pre-contract award qualification article. Waiver criteria are available.
- Deliverables: A Counterfeit Prevention Plan (CPP) (DI-MISC-81832) is required within 30 days of contract award.
- Technical Data: TDP is available and export-controlled (Distribution D). Access requires SAM.gov request, CAGE code, and DD Form 2345. Foreign participation is not allowed.
- Packaging & Transportation: Strict compliance with Wood Packaging Material (WPM) regulations (ISPM No. 15), MIL-STD-2073-1, MIL-STD-129, and ESD protection. Coordination with DCMA Transportation for shipping instructions is mandatory.
Contract Details
- Anticipated Contract Type: Firm-Fixed-Price (FFP) IDIQ.
- Estimated Value: Not exceeding the Simplified Acquisition Threshold (SAT) of $350,000.
- Period of Performance: To be determined.
Submission & Eligibility
- Response Deadline: April 28, 2026, 3 PM MST.
- Submission: Interested parties must submit a brief capability statement and answers to specific questions regarding qualifications, manufacturing capabilities, teaming arrangements, and delivery recommendations.
- Set-Aside Status: To be determined (TBD). The government is assessing competition to determine if the acquisition can be set aside for small businesses. Small businesses must demonstrate performing over 50% of manufacturing if no teaming is proposed.
Additional Notes
This notice is for market research and planning purposes only and does not constitute a solicitation. DPAS rated orders ("DO") will be given preference for delivery. Contacts: Leslie Evans (PCO) at leslie.evans.1@us.af.mil and Brandon Moses (CS) at brandon.moses.1@us.af.mil.