F-16 Power Supply NSN 6130-01-373-0561WF 5 yr IDIQ

SOL #: FA8212-26-R-0002_v2Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8212 AFSC OLH PZABA
HILL AFB, UT, 84056, United States

Place of Performance

Place of performance not available

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

Converters, Electrical, Nonrotating (6130)

Set Aside

No set aside specified

Timeline

1
Posted
May 8, 2026
2
Last Updated
May 8, 2026
3
Submission Deadline
Jun 9, 2026, 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 Department of the Air Force is soliciting proposals for a 5-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for F-16 Power Supply Units (PCU), NSN 6130-01-373-0561WF. These PCUs are AC-to-AC converters critical for the Aircraft Integration System (AIS) Test Stand. The acquisition is Unrestricted, and award will be made to a responsible, qualified offeror with the lowest Total Evaluated Price, with Quality being significantly more important than Price. Proposals are due by June 9, 2026.

Scope of Work

This IDIQ contract covers the spares purchase of F-16 Test Stand Power Supply Units (PCU), which provide AC-to-AC conversion for fan power and control, and fault monitoring. The PCU accepts input power and converts it to 115 VAC, 60 HZ, single phase output at a maximum of 1000 watts. The specific item is NSN 6130-01-373-0561WF, Manufacturer/Part Number CAGE 12436 / 2215058-001. The contract has an estimated minimum initial order of 5 units (1 First Article, 4 production articles) and an estimated maximum of 30 units over the 5-year period (approximately 6 units per year). Place of performance is the contractor's manufacture facility.

Contract Details

  • Contract Type: Firm Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ).
  • Period of Performance: 5 years, with an ordering period from September 30, 2026, through September 29, 2031.
  • Set-Aside: Unrestricted / No Set-Aside Used.
  • Product Service Code: 6130 (Converters, Electrical, Nonrotating).
  • Department/Agency: DEPT OF DEFENSE / DEPT OF THE AIR FORCE / FA8212 AFSC OLH PZABA.

Submission & Evaluation

Offerors must submit written proposals via email. A critical requirement is the Manufacturer Qualification Requirements (MQR); interested firms must submit their Source Approval Request (SAR) package as soon as possible, but no later than with their bid. The awardee must be a qualified source. Evaluation will prioritize Quality (Factor 1) over Price (Factor 2), assessing the manufacturer's ability to produce quality parts and meet MQR. Award will be made on an "All or None" basis to the responsible, qualified offeror with the lowest Total Evaluated Price. The government may award without discussions.

Key submission requirements include a proposal, financial capability statement, and CMMC certification status/level. Offerors must possess CMMC Level 2 (Self) certification and ensure their status is entered in the Supplier Performance Risk System (SPRS) prior to award. A Counterfeit Prevention Plan (CPP) and a First Article Test Report (FATR) are required deliverables post-award. Technical Data Packages (TDP) are available via SAM.gov upon request.

Deadlines & Contacts

People

Points of Contact

Files

Files

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

Versions

Version 2Viewing
Solicitation
Posted: May 8, 2026
Version 1
Solicitation
Posted: May 8, 2026
View