Skip to content
Department of Defense

F-16 Mission Modular Computer Repairs Sources Sought

Solicitation: FA8251-26-MMC
Notice ID: fc86b4c2a8bc4d2cb70999cdd6068b73

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: UT. Response deadline: Feb 05, 2026. Industry: NAICS 811210 • PSC J059.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$199,670,985
Sector total $250,545,472 • Share 79.7%
Live
Median
$88,551
P10–P90
$14,631$660,129
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
79.7%
share
Momentum (last 3 vs prior 3 buckets)
+32129%($198,435,755)
Deal sizing
$88,551 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 UT
Live POP
Place of performance
Not listed
State: UT
Contracting office
Hill Afb, UT • 84056-5825 USA

Point of Contact

Name
Darin Rector
Email
darin.rector@us.af.mil
Phone
8017779246

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE SUSTAINMENT CENTER • FA8251 AFSC PZABB
Contracting Office Address
Hill Afb, UT
84056-5825 USA

More in NAICS 811210

Description

REQUIREMENT TITLE: F-16 Mission Modular Computer Repairs Sources Sought

NSN/Part Number(s): See attached List

Sources Sought Number: FA8251-26-MMC

Notice Type: Sources Sought

  1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. This sources sought is looking for Contractors who can perform repairs.                        1.1  The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811210 which has a corresponding Size standard of $34.0M for repairs. The Government will use this information to determine the best acquisition strategy for this procurement and repair of these items. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.                                                                                                                                                      1.2 Responses to this Sources Sought announcement are voluntary, and therefore, the U.S. Government is not liable to pay or reimburse any contractors which respond to this announcement. Any costs incurred by interested companies in response to this announcement are solely the responsibility of the responder. The Government does NOT intend to contract on the basis of this request or otherwise pay for any information solicited herein and the Government reserves the right to reject, in whole or in part, any contractor’s input resulting from this Sources Sought.                   1.3 In accordance with Federal Acquisition Regulation (FAR) 15.201(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with their response. Not responding to this inquiry does not preclude participation in any future request for Proposal (RFP), if issued. If a solicitation is released, it will be publicized in accordance with the requirements of the FAR.
  2. PROGRAM DETAILS:                                                                                                                                                           2.1  Repair/update/modify Modular Mission Computer (MMC) Line Replaceable Modules (LRM) to a serviceable condition. See attached MMC NSN list.                                                                                                                          2.2 The Government estimates that there will be approximately 530 repairs per year.                                                  2.3 Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. This repairs requirement is restricted to qualified sources of repair. Current qualified source is Raytheon Company - CAGE 96214. No other data will be available to interested vendors.
  3. RESPONSES:                                                                                                                                                                  3.1 The respondent must be able to demonstrate the ability to repair the MMC items in their entirety. Respondents should provide a summary of their capabilities and their expected ability to meet the requirements.

Responses should include:

  1. Name and address of the Contractor
  2. Point of contact including name, title, phone, and email address
  3. Cage Code, size of Contractor small or large business
  4. Description of same or similar activities offered by the contractor that currently meet, or with modifications, might meet the above listed requirements
  5. Whether or not data rights can be obtained for the MMC currently owned by Raytheon.                                                3.2 Respondents are requested to provide the above information in a white paper summary, not to exceed 3 pages. Copies of your submitted information will be distributed to the AFMC 416 SCMS and the Contracting Office for review. Interested parties are requested to submit one (1) copy of the aforementioned summary to the Contracting Officer (darin.rector@us.af.mil) and no later than 30 calendar days after publication of this notice. Telephone and/or FAX responses will not be accepted.                                                                                                                                       3.3 Responses to this Notice are due on or before 5-February 2026. All information marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities.

Files

Files size/type shown when available.

BidPulsar Analysis

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

Updated: Feb 14, 2026
Executive summary

The Department of the Air Force has issued a Sources Sought Notice (FA8251-26-MMC) seeking potential contractors for the repair of F-16 Modular Mission Computers. The requirement involves performing approximately 530 repairs annually, with an emphasis on identifying qualified small businesses, including Service-Disabled Veteran-Owned and Women-Owned businesses. This effort is primarily for information and planning purposes as the government assesses competitive sourcing options.

What the buyer is trying to do

The buyer is seeking to determine if there are qualified sources capable of repairing F-16 Modular Mission Computers (MMC) to assist in planning for future procurements. They are interested in market research to evaluate competitive sourcing and potential small business set-asides.

Work breakdown
  • Market research to identify capable contractors
  • Solicit responses and capabilities from potential contractors
  • Analyze submitted white papers for qualifications
  • Determine acquisition strategy based on responses
  • Facilitate potential future solicitations as needed
Response package checklist
  • White paper summary (not to exceed 3 pages)
  • Company name and contact details
  • CAGE Code and business size information
  • Description of relevant past repair services
  • Indication of data rights availability for MMC owned by Raytheon
Suggested keywords
F-16Modular Mission Computerrepair servicessources soughtNAICS 811210small businessmilitary contracts
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Details of the types of repairs needed for MMC
  • Specific qualifications or certifications required for contractors
  • Information on the exact nature of expected teaming arrangements

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.