Skip to content
Department of Defense

F16AN_APG_68_Radar_NSN5998012885420_PN_762R656G01

Solicitation: F16AN_APG_68_Radar_NSN5998012885420_PN_762R656G01
Notice ID: 2f055b5a51d94423a819acd28f7f94e5
TypeSources SoughtDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOKPostedFeb 04, 2026, 12:00 AM UTCDueDec 30, 2027, 05:00 AM UTCCloses in 665 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Dec 30, 2027.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: F16AN_APG_68_RADAR_NSN5998012885420_PN_762R656G01. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$23,618,709,468
Sector total $23,618,709,468 • Share 100.0%
Live
Median
$2,757,948
P10–P90
$951,823$26,983,933
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+827%($19,020,040,419)
Deal sizing
$2,757,948 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OK
Live POP
Place of performance
S Coffeyville, Oklahoma • 73145 United States
State: OK
Contracting office
Tinker Afb, OK • 73145-3303 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Published Jan 23, 2026
Oklahoma • Grady
BRICKLAYER
Base: $26.92 • Fringe: $13.09
MILLWRIGHT
Base: $32.75 • Fringe: $11.91
CARPENTER (Form Work Only)
Base: $27.79 • Fringe: $10.05
Match signal: state match
Published Jan 23, 2026
Oklahoma • Le Flore, Sequoyah
BRICKLAYER
Base: $26.92 • Fringe: $13.09
ELECTRICIAN
Base: $30.03 • Fringe: $14.03
POWER EQUIPMENT OPERATOR: Group 1
Base: $38.09 • Fringe: $19.05
Match signal: state match
Published Jan 23, 2026
Oklahoma • Canadian
BRICKLAYER
Base: $26.92 • Fringe: $13.09
MILLWRIGHT
Base: $32.75 • Fringe: $11.91
CARPENTER (Form Work Only)
Base: $27.79 • Fringe: $10.05
Match signal: state match
Published Jan 23, 2026
Oklahoma • Logan
BRICKLAYER
Base: $26.92 • Fringe: $13.09
MILLWRIGHT
Base: $32.75 • Fringe: $11.91
CARPENTER (Form Work Only)
Base: $27.79 • Fringe: $10.05
Match signal: state match

Point of Contact

Name
Tracey Beringer
Email
tracey.beringer@us.af.mil
Phone
8017772211

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE SUSTAINMENT CENTER • FA8122 AFSC PZAAB
Contracting Office Address
Tinker Afb, OK
73145-3303 USA

Description

 5420
P/N: 762R656G01
Noun: RF Monitor
Application: F-16 C/D APG-68 Dual Mode Transmitter
4 May 2015 Section C 1/3
SECTION C:
1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE
a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this RF Monitor.
b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government.
c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawings 762R656G01 and T803A77. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications.
d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes.
e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawings 762R656G01 and T803A77. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests.
f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 762R656G01, T803A77. This article shall be subjected to a form,
REPAIR QUALIFICATION REQUIREMENTS
NSN: 5998-01-288-5420
P/N: 762R656G01
Noun: RF Monitor
Application: F-16 C/D APG-68 Dual Mode Transmitter
4 May 2015 Section C 2/3
fit, and function evaluation to demonstrate compatibility with the weapon system and to
evaluate the repair capability of the offeror. Offerors will be notified whether or not their
qualification article passed or failed the required qualification testing within 90 days of
submitting a product for qualification testing. Note that successful completion of the
qualification testing does not guarantee any contract award. If the offeror is deemed qualified
and awarded the contract, a post-contract award first article exhibit may be required to verify
production capability.
g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation,
which will be incurred by the potential offering party to become qualified are $5700.
h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity
that completion of this qualification effort should require 180 days. This is based on complexity
of the RF Monitor and other factors.
i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have
considered an offer for a contract if the offeror can demonstrate to the satisfaction of the
contracting officer that the offeror (or its product) meets these standards for qualification or can
meet them before the date specified for award of the contract. The award will not be delayed
to provide the vendor with an opportunity to demonstrate its ability to meet the standards
specified in this qualification requirement.
j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to
be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements
stated, in writing, in the qualification requirement before the date specified for award of the
contract. Once all requirements are met, the offeror will be listed as an approved repair source
for this item. Approval, however, does not guarantee subsequent contract award.
REPAIR QUALIFICATION REQUIREMENTS
NSN: 5998-01-288-5420
P/N: 762R656G01
Noun: RF Monitor
Application: F-16 C/D APG-68 Dual Mode Transmitter
4 May 2015 Section C 3/3
2. SOURCE QUALIFICATION WAIVER REQUIREMENTS
Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability:
a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc).
b. QWC2: NA
c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly.
d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements.
e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD.
f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.
g. QWC7: NA

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.