F-16 MMC Mounting Base, Electric, 8EA FMS
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 soliciting proposals for 8 Electric Mounting Bases for the F-16 Modular Mission Computer (MMC), intended for Foreign Military Sales (FMS). This is a Firm-Fixed Price (FFP), full and open competition. The solicitation has undergone several amendments, with the latest extending the closing date and modifying quality assurance requirements. Proposals are due February 2, 2026, at 3:00 PM MST.
Scope of Work
This Request for Quotation (RFQ) seeks the procurement of 8 each Electric Mounting Bases (NSN: 5975-01-388-0808 WF) for the F-16 MMC chassis and components. These bases serve as mounting trays and connect to the aircraft's cooling air. The acquisition supports FMS for DBU002 Bulgaria and DTW004 Taiwan.
Key Requirements
- Quality Assurance: Standard Inspection is required for all Contract Line Items (CLINs). The previous ISO 9001:2015 certification requirement has been removed by Amendment 0006.
- Cybersecurity: Offerors must meet CMMC Level II (Self) prior to award and provide their unique identifier. Compliance with the Federal Acquisition Supply Chain Security Act Orders is also required.
- Item Unique Identification (IUID): IUID marking is required for all CLINs, as per DFARS 252.211-7003.
- Technical Data Package (TDP): Access to the export-controlled TDP requires an active DD Form 2345, Military Critical Technical Data Agreement.
- First Article: A First Article Test Report is required for DTW004 Taiwan. A waiver may be granted if the manufacturer has produced the NSN in the past three years, requiring proof with the bid.
- Packaging: Compliance with MIL-STD 2073-1, MIL-STD 129, and ISPM 15 for wood packaging material.
- Transportation: F.O.B. Origin. Contractors must contact DCMA Transportation for shipping instructions using the SIR eTool System prior to shipment.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Single Award.
- Set-Aside: Not Set-Aside; Full and Open Competition. Foreign participation is not allowed.
- NAICS Code: 335931 (Current-Carrying Wiring Device Manufacturing).
- Delivery Date: No later than December 31, 2028.
- Rated Order: This is a "DO" rated order certified for National Defense use.
Submission & Evaluation
- Submission Deadline: February 2, 2026, at 3:00 PM MST.
- Evaluation: Award will be made on an "All or None" basis. If only one offer is received, the offeror must agree to submit other than certified cost and pricing data.
- Financial Capability: Offerors must submit a statement and proof of financial capability.
- Price Firmness: Offered prices must be held firm for 60 days.
Amendments & Important Notes
This solicitation has been amended multiple times. The most recent amendment (0006) removed the ISO certification requirement. Amendment 0005 extended the closing date and introduced the First Article waiver process. Amendment 0003 added IUID requirements, and Amendment 0002 updated cybersecurity clauses, specifying CMMC Level II (Self). All other terms and conditions remain unchanged.
Contact Information:
- Primary: Leslie Evans (leslie.evans.1@us.af.mil, 8015863964)
- Secondary: Brandon Moses (Brandon.moses.1@us.af.mil)