F-16 Motor Pump Sub Assembly NSN 1650-01-084-8397WF
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 (FA8212 AFSC OLH PZABA) is soliciting quotations for F-16 Motor Pump Sub Assemblies (NSN 1650-01-084-8397WF, Part Number 3833213-1). This is a Firm-Fixed Price (FFP) Single Award procurement for Foreign Military Sales (FMS), with a "DO" DPAS rating. This opportunity is not set-aside for small businesses, indicating full and open competition. Quotations are due by February 4, 2026.
Scope of Work & Key Requirements
The solicitation seeks 18 units of the F-16 Motor Pump Sub Assembly, a steel/aluminum shaft assembly used on the F16A horizontal tail/flaperon integrated servo actuator. Key requirements include:
- Quantity: 18 each.
- Delivery: Required by July 30, 2027, to Hill AFB, UT 84056. Early shipment is requested at no additional cost.
- Quality Assurance: Offerors must provide AS9100 Certification with their quote.
- Technical Data Rights: New manufacturers must have technical data rights granted by Parker-Hannifin Corp.
- No Foreign Participation: Offshore vendors are not allowed without prior approval.
Contract Details
This will be a Firm-Fixed Price (FFP) Single Award contract. Offerors must hold proposed prices firm for 60 days. The anticipated award time is within 60 days after the solicitation closing date. The NAICS code is 336413, Other Aircraft Parts Manufacturing, with a small business size standard of 1,250 employees.
Submission & Evaluation
All responsible sources may submit a quotation. Offerors must submit a statement and proof of financial capability. If only one offer is received, the offeror must agree to submit other than certified cost and pricing data to determine fair and reasonable pricing.
Amendment 0001 Details
Amendment 0001, issued December 8, 2025, modifies the solicitation by updating various provisions and clauses. Notably, it adds clauses related to Federal Acquisition Supply Chain Security Act Orders (52.204-29, 52.204-30) and updated Cybersecurity Maturity Model Certification (CMMC) Level Requirements (252.204-7025, 252.204-7021 NOV 2025 versions). Several older clauses were deleted. The solicitation closing date and time remain unchanged.
Logistics & Packaging
Bidders must adhere to strict packaging and transportation requirements. Packaging must comply with MIL-STD-2073-1 and MIL-STD-129 for marking, including specific instructions for wood packaging material (WPM) to meet ISPM 15 standards (heat-treated and certified). Hazardous materials must be prepared, labeled, and shipped in compliance with ICAO, CFR Title 49, IATA, IMDG, and AFMAN 24-604. Transportation terms are F.O.B. Origin, Prepaid Freight, and bidders must contact DCMA Transportation for specific instructions and clearances, especially for FMS movements.
Contact Information
For inquiries, contact Leslie Evans (leslie.evans.1@us.af.mil, 8017775299) or Brandon Moses (Brandon.moses.1@us.af.mil).