- 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
Advanced Color Multi-Functional Display (ACMFD) DMC Retrofit
Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: UT. Response deadline: Mar 06, 2026. Industry: NAICS 336413 • PSC J016.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 336413
Description
This is a pre-solicitation synopsis of a requirement for the F-16 System Program Office (SPO) to upgrade existing Advanced Color Multi-Functional Display units installed on USAF F-16 Block 25/30/32 aircraft
The Government is not offering development support and does not have ACMFD data rights to share with potential offerors. The Government does not have funds for a reverse engineering effort. ElbitAmerica, Inc. is the original equipment manufacturer of the ACMFD and owns all data rights.
The Government anticipates awarding a contract with a base ordering period of 4 years. Award of the subject contract is currently scheduled for March 2026. The following apply:
The Product Service Code (PSC) associated with this acquisition is J016. The applicable NAICS code is 336413.
In accordance with DAFFARS 5305.20, prospective offerors are advised that foreign participation is not permitted at the prime contractor level.
Authority: 10 U.S.C. 2304(c)(1): Supplies and services required under this synopsis are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. The anticipated source for this procurement is identified as the following:
ElbitAmerica, Inc. Talladega
108 Allen Street
Talladega, AL 35160
CAGE: 50218
Contracting Office Address/Zip Code:
Department of the Air Force
FA8232 AFLCMC/WAMK
6072 Fir Ave., BLDG 1233
Hill Air Force Base, UT 84056-5820
Proposed Solicitation Number: FA8232-26-R-B007
Estimated Value of Contract: $900,000
CLIN 0001: ACMFD Upgrade – MB383B-00 to MB383B-20
CLIN 0002: ACMFD Upgrade – MB383B-01 to MB383B-20
CLIN 0003: Data – Not Separately Price (NSP)
Place of Contract Performance: Contractor Facility
Set Aside Status: No Set Asides
Direct Questions to:
Kirsten Rivera, Contracting Officer
kirsten.rivera@us.af.mil
All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any potential respondent that wishes to express interest in the requirement must identify in its response whether it is a large business, small-disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business and specify whether it is a U.S. or foreign-owned entity.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.