SOURCES SOUGHT
J -- REPAIR OF F-16 IO Card
- Notice Date
- 12/17/2025 2:50:53 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- FA8251 AFSC PZABB HILL AFB UT 84056-5825 USA
- ZIP Code
- 84056-5825
- Solicitation Number
- FA8251-26-DFLCC
- Response Due
- 1/19/2026 3:55:00 PM
- Archive Date
- 02/03/2026
- Point of Contact
- Veronika Pett, Phone: 801-777-3288, Darin Rector, Phone: 801-777-9246
- E-Mail Address
-
veronika.pett@us.af.mil, darin.rector@us.af.mil
(veronika.pett@us.af.mil, darin.rector@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- 1. NOTICE: This is not a solicitation but rather a SSS to determine potential sources for information and planning purposes only. 1.1 The purpose of this SSS is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811210 which has a corresponding Size standard of $34M. The Government will use this information to determine the best acquisition strategy for this repair. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Please provide a brief description of how the limitations listed in section 2.b below will be overcome in order to meet the Government�s requirement listed in section 2.a below. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. Program Details: a. REQUIREMENTS The I/O Discrete Fail Logic Card (Part Number 7001644-49) is a subassembly of the Digital Flight Controller within the F-16 Block 40/42/50/52 Flight Controls System. The I/O Logic Card performs amplifier commands for the Integrated Servo Actuator amplifier and provides an interface for discrete signal processing, upon input from the pilot. The repaired I/O Discrete Fail Logic Card must be in full compliance and assembled in accordance with OEM specifications and drawings. The required specifications and drawings are proprietary to the OEM and will not be provided. Potential sources shall be capable of furnishing all labor, materials, facilities (owned or operated by the contractor) and equipment required to accomplish the repair of the item listed below. Generally, the work to be accomplished includes disassembly (completely or substantially into individual component parts), machining, cleaning, inspection, assembly, testing, preservation, and packaging to return an unserviceable �F-Condition� asset to a like-new �A-Condition� asset. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources, material shortage issues, and shipping serviceable assets. Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source. b. LIMITATIONS. The Government does not have drawings below the product specification from the Original Equipment Manufacturer (OEM). The Government has no other engineering data and/or data rights related to this synopsis. No data other than the product specification can be provided to interested companies. In addition the Government does not have sufficient data/rights to be able to independently evaluate and qualify potential repair sources to maintain the I/O Logic Card Operational Safety, Suitability, and Effectiveness (OSS&E). Prior to requesting Government qualification, companies interested in becoming a qualified Government repair source should first obtain the I/O Logic Card Original Equipment Manufacturer (OEM), Honeywell International (CAGE 59364), authorization/certification to accomplish repairs. If OEM authorization is not received, the company seeking Government source approval will need to clearly identify how the company will overcome the lack of Government data/rights and maintain the I/O Logic Card OSS&E in order to potentially allow Government qualification independent of the OEM authorization/certification. c. REQUEST FOR INFORMATION. Interested parties are requested to submit the following information to assist the Government in developing the repair strategy. Please submit this information to the contracting officer via email as soon as possible but not later than 19 January, 2026: 1. Basic Company Information: Company Representative Address Telephone Email Address DUNS Number CAGE Code and/or Tax ID Number Socioeconomic Status (Large, Small, Small Disadvantaged, etc.) 2. White Paper. Please provide a brief White Paper describing the company capabilities for the following (to utilize the services of sub-tier vendors or subcontractors, please include similar information for those vendors or subcontractors too) Repairing, testing, trouble shooting, component part support, and manufacturing of the I/O Discrete Fail Logic Card. Past production experience, supplying I/O Discrete Fail Logic Card parts, testing knowledge and capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals. If an interested party anticipates a teaming arrangement, please describe the teaming arrangement. Please provide a description of similar services offered to the Government and to commercial customers within the last three years. Please provide documentation identifying repair authorization/certification from the I/O Discrete Fail logic Card OEM or how the lack of Government data/rights will be overcome such that the Government could accomplish independent source qualification. Important Considerations: This is not a request for proposal (RFP) or an invitation for bid, nor is it to be construed as a commitment by the Government. The Government does not intend to make an award on the basis of this sources sought synopsis for information or otherwise pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop a request for proposal. Only non-classified information shall be provided in your response, and your response should be reviewed to assure that there are not any operational sensitivities identified. Contract performance may also involve data that is subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Services Center, and have an approved DD Form 2345, will be provided copies of any related solicitation (including DRAFT RFP) or other data subject to foreign disclosure restrictions. The information in this notice is based on current information as of the publication date. The information in this notice is subject to change and is not binding to the Government. If changes are made, updated information will be provided in future notices and will be posted on www.sam.gov. Responses to this SSS may or may not be returned. Contractors not responding to this SSS will not be precluded from participation in any future solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/667afce5a7e44b368c3fd2abb9ef0dfd/view)
- Place of Performance
- Address: Exton, PA 19341, USA
- Zip Code: 19341
- Country: USA
- Zip Code: 19341
- Record
- SN07669315-F 20251219/251217230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |