F-16 MIL-STD-1553 Databus Upgrade Single Award IDIQ Acquisition
ID: FA8232-25-R-B013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8232 AFLCMC WWMKHILL AFB, UT, 84056-5820, USA

NAICS

Bare Printed Circuit Board Manufacturing (334412)

PSC

ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE (5998)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the F-16 MIL-STD-1553 Databus Upgrade through a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement aims to develop and deliver functional prototypes for upgrading the databus systems of the F-16 aircraft, with a total estimated maximum value of $9.9 million, and is exclusively set aside for small businesses under NAICS Code 334412. The project is critical for enhancing the operational capabilities and cybersecurity of the F-16 fleet, with a 12-month ordering period commencing upon contract award. Proposals are due by July 7, 2025, at 2:00 PM (MST), and interested vendors should direct inquiries to the primary contacts, Laurie Auernig and Marcella Iverson, via their provided emails.

    Point(s) of Contact
    Laurie Auernig, PCO
    laurie.auernig@us.af.mil
    Files
    Title
    Posted
    The Databus Upgrade Presolicitation Notice outlines the Government's plans for a contract (Solicitation No. FA8232-25-R-B013) focused on upgrading a databus system. Key inquiries from potential offerors included a request for detailed timelines for the project's five execution phases. In response, the Government clarified that the total contract ordering period is projected to last 12 months post-award, with an estimated 18 to 24 months required for the delivery of four initial prototypes following receipt of order (ARO). However, the Government emphasized that offerors should propose their timelines for each task and overall delivery lead time. This RFP is indicative of the Government's structured approach toward modernization projects, leveraging industry input to refine execution timelines while maintaining flexibility for proposer suggestions. The presolicitation aims to foster engagement from industry stakeholders, ensuring clarity and alignment with the Government's objectives for timely project execution.
    The F-16 Databus Cybersecurity Single Award Indefinite Delivery Indefinite Quantity (IDIQ) acquisition aims to secure a contractor for the development, integration, accreditation, and delivery of four initial prototypes for a databus upgrade solution. This pre-solicitation notice, issued on April 16, 2025, references the solicitation number FA8232-25-R-B013, with a closing response date set for 30 days following the posting, specifically by May 2, 2025. The estimated contract value is $9.9 million, with an anticipated award date in September 2025. The acquisition is designated as a 100% small business set-aside under NAICS code 334412, allowing for proposals from all responsible sources while prohibiting foreign participation. Evaluation criteria will focus on a Best Value Tradeoffs basis, emphasizing the technical factor significantly over price. The contractor's place of contract performance will be at the contractor's facility, with specific contract line item numbers (CLINs) defined for various components of the project. This endeavor illustrates the government's commitment to enhancing cybersecurity measures for the F-16 aircraft, aligning with stringent security specifications and operational goals.
    This government document serves as an amendment to a solicitation and outlines key modifications and requirements for prospective contractors. The amendment extends the proposal due date from June 30, 2025, to July 11, 2025, at 2:00 PM (MST). Additional contractual clauses are introduced, including provisions related to procurement regulations and representation requirements for contractors, specifically addressing foreign-made unmanned aircraft systems. The document stresses the importance of acknowledging receipt of the amendment to avoid rejection of offers and details the necessary certifications and qualifications required before submission. Furthermore, the maximum value of the associated Indefinite Delivery Indefinite Quantity (IDIQ) contract has been set at $9.9 million, with restrictions against foreign participation and stipulations for a Joint Certification Program certification. Overall, the document maintains the validity of existing terms while enhancing provisions to ensure compliance with procurement policies.
    The document is an amendment related to a solicitation and contract modification. It specifically addresses changes to the proposal due date for the solicitation identified as FA823225RB013. The due date has been corrected from July 11, 2025, at 2:00 PM MST to July 7, 2025, at the same time. The amendment outlines the necessity for offers to acknowledge receipt of this amendment by either completing specific forms or communication methods outlined. Furthermore, it clarifies that aside from the change in due date, all other terms and conditions of the original document remain in effect. The amendment is officially issued by the contracting officer, Lauriel E. Auernig, and is essential for all contractors involved to adhere to the updated timeline for submissions. This document serves to ensure clear communication of changes in solicitation procedures associated with federal contracting requirements.
    The document outlines responses to inquiries related to an RFP for a Databus Upgrade project for the F-16 aircraft. Key topics include instructions for accessing referenced documents, clarification on export-controlled data, and marking instructions for truly sensitive information. It specifies the structure and expectations for proposals, including resume limits, Page of Performance (PoP) definitions, and clarity on data submission formats. Regarding technical requirements, responses address prototypes' expectations, system design details, and data handling protocols. The document highlights that certain data rights can be negotiated and that all deliverables must ensure operational security and efficiency, particularly concerning data encryption and malicious content prevention. Overall, the purpose is to guide vendors in preparing their proposals, ensuring compliance with government standards while addressing technical and logistical clarifications necessary for effective bid submissions. This engagement reflects a commitment to transparent communication during the procurement process, facilitating informed contractor participation.
    The document outlines various responses to questions regarding a government Request for Proposal (RFP) associated with the F-16 aircraft upgrade project. Key topics addressed include access to referenced documents, data classification, proposal marking instructions, and proposal submission requirements. The government emphasizes the importance of following specific guidelines for marking proprietary information and clarifies potential discrepancies in page count limitations for different sections. Moreover, clarifications about the period of performance, unit pricing for prototypes, deliverable schedules, and data encryption requirements are provided. The government specifies that while maintaining oversight, most work should be performed at the contractor's facility, and integration testing will occur at Hill Air Force Base. Crucially, the document underscores the government's preference for flexibility in data rights to enhance lifecycle adaptability. It outlines expectations for mixed funding scenarios and foreign acquisition provisions detailed in amendments to the solicitation. Overall, this RFP signifies a highly structured process aimed at ensuring compliance, encouraging robust proposals, and safeguarding technical data across various project phases.
    The document addresses various inquiries related to a government RFP for F-16 enhancements, specifically focusing on the development, integration, and testing of Data Bus Upgrade functional prototypes. Key clarifications include access to reference documents, data control classifications, proposal marking requirements, and resume submissions. It outlines the contractual Period of Performance (PoP), expectations for deliverables related to the Databus Upgrade, and guidance on project schedule submissions. The government mandates that all prototypes be developed and demonstrated predominantly at the contractor’s facility, while testing will occur at designated government sites. It also underscores the requirement for contractors to protect sensitive information, as well as to ensure compliance with data rights related to software and engineering design. The RFP emphasizes evaluations based on technical merit over price and defines specific expectations for achieving operational capabilities. Overall, the purpose of the document is to clarify requirements and guidance for prospective contractors participating in the proposal process, ensuring transparent and efficient communication while fostering the development of critical defense systems.
    The document addresses queries related to accessing a Statement of Objectives (SOO) and the classification of certain documents as Controlled Unclassified Information (CUI) or export-controlled. Specifically, it refers to the availability of SOO-related references through the System for Award Management (SAM) platform, indicating that there are documents classified as Distribution D mentioned in the SOO. This information is pertinent for parties interested in compliance and understanding the data management involved in federal grants and requests for proposals (RFPs). The discussion reflects the importance of ensuring proper access and handling of sensitive information in government-related endeavors, underscoring the need for clarity regarding the classification of materials involved in these processes. Overall, the document highlights checkpoints critical for stakeholders engaged in governmental contracts, emphasizing the significance of adhering to regulations surrounding document access and information sensitivity.
    The document outlines responses to queries regarding a Request for Proposals (RFP) for an environmental project related to upgrading Databus systems. Central topics include document accessibility, proposal marking instructions, and clarifications on the period of performance (PoP) and deliverables. It highlights that offerors may include resumes of key personnel but must adhere to page limitations. The PoP is defined as 12 months for the ordering window and 18-24 months for overall tasks completion. Additionally, it specifies that four functional prototypes are to be delivered, which may serve dual purposes of testing and operational use. The document emphasizes the importance of proper marking to protect sensitive information as per government regulations, and allows for certain files, like project schedules, to be excluded from page counts. Various clarification points assist offerors in aligning with the RFP’s requirements and guidelines, ensuring compliance within proposal submissions. Overall, the document serves to foster understanding and compliance among potential bidders in relation to the government’s needs and procedural standards in the RFP process.
    The document outlines a Request for Proposal (RFP) for a Databus Cybersecurity Upgrade aimed at securing the MIL-STD-1553 databus for the F-16 fleet. It details the solicitation, submission guidelines, and contract specifications, including a not-to-exceed value of $9.9 million and initial prototypes to be developed under specific Contract Line Item Numbers (CLINs). The contractor is required to design, develop, integrate, and test prototypes that meet the government’s Statement of Objectives and system requirements. The document also stipulates the need for various data rights concerning the delivered software, including Government Purpose Rights or Unlimited Rights. Additional line items include administration documentation and government-directed travel. All proposals must adhere to strict quality assurance standards, inspection criteria, and delivery requirements. The emphasis is on maintaining compliance with governmental contracting regulations, emphasizing the importance of cybersecurity enhancements for defense operations. This RFP indicates a larger federal commitment to upgrading defense technology while ensuring robust contractual oversight and fulfillment of obligations by awarded contractors.
    Similar Opportunities
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    F-16 Electronic Component
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting bids for the procurement of eight electronic components for the F-16 aircraft, specifically identified by NSN 5998-01-322-7746. The opportunity focuses on Bare Printed Circuit Board Manufacturing, requiring adherence to strict military and commercial packaging and marking standards, including MIL-STD 2073-1 and MIL-STD 129, to ensure compliance and safety during shipment and storage. This procurement is critical for maintaining the operational readiness of the F-16 fleet, with a required delivery date set for November 30, 2027, and a Counterfeit Prevention Plan due 30 days after contract award. Interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further details.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This procurement is part of Foreign Military Sales (FMS) to Bulgaria and Taiwan, requiring compliance with specific quality standards, including AS9100 and Cybersecurity Maturity Model Certification (CMMC) Level II. The mounting bases are critical components for the F-16CG aircraft, with a delivery deadline set for December 31, 2028. Interested contractors must submit their quotations by January 6, 2026, and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.
    REPAIR TUBE ASSEMBLY / 26F, F-16 FIGHTING FALCON AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide repair tube assemblies for the F-16 Fighting Falcon aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 40 units, and requires compliance with specific manufacturing standards and first article testing. The items are critical components for maintaining the operational readiness of military aircraft, emphasizing the importance of quality and reliability in defense logistics. Interested vendors must register on DLA ProcureX to participate in the reverse auction process, and the solicitation is expected to be issued on or about November 18, 2025; for further inquiries, contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113.
    F-16 Power Supply
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of F-16 Power Supply units, specifically under the notice type of Sources Sought. The primary objectives of this procurement are to conduct market research to identify potential suppliers capable of meeting the agency's requirements and to enhance competition by providing information on contracting and subcontracting opportunities. The estimated quantity required is four units, with a delivery schedule set for January 20, 2027, and it is noted that this requirement is not expected to be set aside for small businesses. Interested parties can reach out to Kody Quayle at kody.quayle@us.af.mil for further information and to express their capabilities within 15 days of this notice.
    1560-01-224-0803 (26-R-0080)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of F-16 aircraft fuel cells, specifically identified by NSN 1560-01-224-0803. This procurement is restricted to qualified sources, namely Axillon Aerospace (Rockmart) Inc. and Lockheed Martin Corporation, and includes stringent requirements such as on-time delivery, a mandatory first article approval process, and adherence to detailed packaging and marking specifications in accordance with military standards. The fuel cells are critical components for the F-16 aircraft, emphasizing the importance of compliance with safety and quality standards in defense operations. Interested contractors must submit their proposals by January 12, 2026, at 2:00 PM, and can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-591-3547 for further information.
    F-16 Installation Tool Kit, B
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the F-16 Installation Tool Kit, designated under solicitation FA8203-25-Q-0008. This procurement involves the supply of specific installation tools required for the F-16 aircraft, particularly under two foreign military sales cases, with an emphasis on an "All or None" award approach based on the lowest total evaluated price. The tools are critical for maintaining and servicing the F-16 aircraft, ensuring operational readiness and safety. Proposals are due by January 9, 2026, at 4:30 PM MST, and interested contractors should direct inquiries to Sara Tibbetts at sara.tibbetts@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further details.
    1680-01-450-6899 - GEARBOX ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 71 units of Gearbox Assembly, AI, specifically for the F-16 aircraft. This procurement is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and will be conducted as a firm fixed-price contract with delivery expected within 550 days. The solicitation, identified as SPE4A726R0229, will be issued on or around July 29, 2025, and interested vendors can access the solicitation documents via the DLA Internet Bid Board System (DIBBS). For further inquiries, vendors may contact Calvin Peterson at calvin.peterson@dla.mil or by phone at (804) 659-8838, with a response deadline set for January 16, 2026, at 3:00 PM Eastern.
    F16_INTERFACE_UNIT_PN16E4023_5NSN5895013544287
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to manufacture the F-16 Interface Unit, Communications (NSN: 5895-01-354-4287, P/N: 16E4023-5) at Altus AFB in Oklahoma. Offerors must meet stringent qualifications, including certifications related to facilities, equipment, and manufacturing capabilities, with an estimated cost of $12,500 for necessary testing and evaluation, which includes dimensional verification and electronic testing. This procurement is critical for ensuring that the F-16 Interface Unit meets the high standards required for military applications, with a qualification completion time projected at 180 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details.
    F-16 TANK, FUEL, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking information regarding the procurement of fuel tanks for F-16 aircraft, specifically the NSN 1560-01-102-6385. The primary objectives of this opportunity are to conduct market research to identify potential sources capable of fulfilling the agency's requirements and to enhance competition by improving access to acquisition information for small businesses. The estimated quantity required is 15 units, with a delivery deadline set for September 30, 2027. Interested parties are encouraged to submit capability statements or proposals to Kody Quayle at kody.quayle@us.af.mil within 15 days of this notice, noting that this is not a request for proposal and the requirement is not expected to be set aside for small businesses.