Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
ID: FA811926R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8119 AFSC PZABCTINKER AFB, OK, 73145-3015, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallar_larsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive set of Contract Data Requirements List (CDRL) items for contract FD20302501608, encompassing various reports and plans essential for government oversight and contractor performance. Key deliverables include daily Commercial Asset Visibility Air Force (CAV AF)/Government Furnished Material (GFM) reports, monthly Contract Depot Maintenance (CDM) Production Reports, and annual GFM Requisition and Inventory Reports. The contract also mandates an Annual Government Property Physical Inventory Report, Calibration Certification/Reports as requested, and Engineering Change Proposals (ECPs). Scientific and Technical Reports, specifically a DMSMS Plan and a Bill of Materials (BOM) for Logistics and Supply Chain Risk Management, are required. Furthermore, the contractor must submit a Counterfeit Prevention Plan, Monthly Status Reports, and Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Reports. Other critical plans include a Nuclear Hardness and Survivability (NH&S) Program Plan, a Contractor's Corrective Action Plan, a Production Surge Plan, and a Supply Chain Risk Management (SCRM) Plan. Meeting agendas and minutes, along with presentation materials, are also specified. Most reports require electronic submission in English, often with specific distribution statements and export control warnings, and some necessitate submission through Wide Area Workflow (WAWF) or email to designated Air Force personnel.
    The DI-ADMN-81249C Data Item Description outlines the mandatory content and format for Meeting Agendas within government contracts, superseding DI-ADMN-81249B and relating to DI-ADMN-81250, Meeting Minutes. This DID ensures standardized documentation for meetings and conferences managing systems equipment, related items, and services. Key requirements include detailing the meeting's purpose, location, date, duration, and a chronological listing of topics with allocated times. Agendas must also identify activities and their responsible offices, proposed subcommittees with their goals, meeting chairpersons, and a summary of previous meetings' action items and progress. Other vital information comprises available attendee services, documentation for review, security classifications, and distribution statements. This structured approach facilitates clear communication and effective management of government projects.
    DI-ADMN-81250C outlines the requirements for meeting minutes within government contracts, emphasizing their role in documenting technical information, decisions, and agreements. This Data Item Description (DID) specifies content and format, superseding DI-ADMN-81250B and relating to DI-ADMN-81249 (Meeting Agenda). Key requirements include a title page with meeting details, contract information, and signature spaces; the meeting's purpose and location; a summary of discussions and decisions; a list of attendees; and detailed action items including descriptions, responsible parties, suspense dates, closure criteria, and status. It also mandates the inclusion of briefing charts, if any, and a list of reviewed documents. The DID further requires adherence to Department of Defense instructions for Distribution Statements and Classification Markings, ensuring proper handling of sensitive information. This document provides a standardized approach for documenting meetings in government contexts, crucial for maintaining clear records and accountability.
    This document, sourced from http://assist.dla.mil, serves as a reminder to verify its currency before use. It does not contain further details, and its primary purpose appears to be an administrative header for government files, emphasizing the importance of checking for the latest version of any information obtained from this site, particularly within the context of federal government RFPs, federal grants, and state and local RFPs where up-to-date information is critical.
    This document, DI-ENVR-82097, outlines the requirements for a Nuclear Hardness and Survivability (NH&S) Program Plan, crucial for system development contracts. It details the format and content needed to organize NH&S activities, ensuring compliance with MIL-STD-1766 (latest revision). The plan serves as a basis for the procuring agency to evaluate and approve the contractor's NH&S program, fostering mutual understanding. Key components include an executive summary, identification of work, analyses, tests, and schedules, particularly the Nuclear Environments and Effects Hardware Element Matrix (NEEHEM). It also covers detailed planning for Hardness Assurance, Maintenance, and Surveillance, alongside management interface controls and program management responsibilities. The document emphasizes incorporating nuclear survivability into design, development, and system integration, including handling non-developmental or proprietary items, to ensure cost-effective contractual compliance.
    The DI-MGMT-80368A Data Item Description (DID) outlines the requirements for a Status Report, a crucial document for government agencies to monitor and evaluate contractor performance. This report details the contractor's progress toward contract objectives, highlighting accomplishments, encountered difficulties, and resource expenditure compared to planned goals. The DID, approved on October 30, 2006, supersedes DI-MGMT-80368 and can be used with DI-FNCL-80331 (Funds and Man-Hour Expenditure Report) if certain sections are omitted. The Status Report, presented in a contractor-defined format on 8 ½ by 11-inch paper, must include identification details such as the project title, report type, period covered, contract number, preparing activity, and security classification. Its content mandates a summary of overall project status, technical activities, objectives, results, and major problems with recommended solutions. The body of the report further requires milestone/task status updates, future plans, itemized man-hours and costs, contract deliveries status, and the preparer's information. Appendices are optional for supplementary materials. This DID provides a flexible framework, allowing tailoring to specific project needs by deleting irrelevant requirements.
    DI-MGMT-80441D, the Government Property (GP) Inventory Report, is a Data Item Description (DID) requiring contractors to periodically submit an inventory of government property in their possession to the Department of Defense (DoD) Service or Agency. This includes both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) across all contracts, including those held by subcontractors. The report must be submitted electronically in .xls or .xlsx format and contain specific data fields. These fields include contract number, various asset identification numbers, item description, manufacturer details, quantity, cost, location, type, classification of property (e.g., COMSEC, Equipment), date of last physical inventory, and Federal Condition Code. This DID supersedes DI-MGMT-80441C and ensures consistent reporting of government property for accountability and management purposes within federal contracts.
    This government file, likely an excerpt from a larger document related to federal government RFPs, federal grants, or state and local RFPs, repeatedly emphasizes the importance of verifying the current version of the source material. The file contains only repeated directives to
    The provided document, sourced from assist.dla.mil, primarily serves as a disclaimer regarding the currency of its content. It repeatedly advises users to check the source to verify that it is the most current version before use. This suggests the document's main purpose is to ensure users are aware that the information may be outdated and that verification is crucial for accuracy. In the context of government RFPs, federal grants, and state/local RFPs, this disclaimer emphasizes the importance of using up-to-date information to ensure compliance and validity in any official submission or reference.
    The DI-MGMT-82256A document outlines the requirements for a Supply Chain Risk Management (SCRM) Plan, superseding DI-MGMT-82256. This plan is crucial for government oversight of a contractor's SCRM strategy, ensuring effective management of risks within the supply chain for products and services. The plan must detail a systematic process for identifying, assessing, handling, and monitoring supply chain risks. Key elements include a cover page with essential contract and security information, revision control, and a comprehensive table of contents. The core content of the SCRM Plan must address the scope of SCRM applicability, the contractor's overall SCRM strategy, identification of the responsible organizational component, and detailed descriptions of SCRM processes and procedures. It requires specific sections on supply chain risk identification, assessment (including methodology for evaluating vendors and reporting to the government quarterly), handling (with plans for each identified risk), and monitoring. Additionally, the plan must detail SCRM training provided to personnel, including course information and trained staff duty titles. The format should be electronic, preferably government-directed or Microsoft Word .docx, and adhere to referenced DoD directives.
    DI-MISC-80711A, titled "Scientific and Technical Reports," outlines the requirements for documenting and disseminating the results of analytical studies, research, development, test, and evaluation (RDT&E) within the scientific, technical, and management communities. Approved on January 21, 2000, this Data Item Description (DID) specifies the format and preparation instructions for technical publications, superseding previous DIDs such as UDI-S-23272C. It emphasizes adherence to ANSI/NISO Z39.18 for document format and requires content to be clear, accurate, and acceptable for public release. Documents marked for unlimited distribution must be certified as cleared for public release. The Defense Technical Information Center (DTIC) is noted as applicable, and SF 298 is an applicable form. This DID ensures standardized reporting for government-funded scientific and technical endeavors.
    The DI-MISC-81832 document outlines the requirements for a Counterfeit Prevention Plan, crucial for government procurement activities to evaluate contractor effectiveness and award fees. This plan mandates stringent procurement practices, requiring the acquisition of parts and materials primarily from original qualified manufacturers (OEMs) or their authorized distributors. It also details procedures for exceptions, including qualifying non-OEM parts when originals are unavailable. Key requirements include monitoring through random sampling and supply chain surveillance, comprehensive training for receiving inspectors, and robust processes for verifying, identifying, storing, and reporting counterfeit parts. Subcontractors must adhere to similar strictures. The document also specifies a six-step notification procedure for suspect counterfeit items, emphasizing immediate quarantine, reporting up the supply chain to the prime contractor and contracting officers, evidence preservation, and cooperation with investigations. This plan is essential for mitigating risks associated with counterfeit parts in government contracts.
    The Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report (DI-PSSS-81534B) outlines requirements for contractors to report deficiencies found in government equipment during repair or teardown investigations. This document, superseding DI-PSSS-81534A, mandates a text-searchable format for reports, with models embedded in their native format and Data Objects/Attributes and Associated Metadata (DOAM) listings in Excel. Reports must analyze the cause of failure, recommend corrective actions, and suggest preventive measures, categorizing deficiencies as workmanship, material failure, no defect found, technical data deficiency, field-induced, maintenance, design, or handling/shipping related. The completed DOAM template must comply with format requirements for ingestion into a Product Lifecycle Management (PLM) solution.
    DI-PSSS-81656B outlines the requirements for a Bill of Materials (BOM) used in logistics and supply chain risk management, specifically for the Department of Defense (DoD). This document provides essential information for managing Diminishing Manufacturing Sources and Material Shortages (DMSMS) and identifying supply chain risks. The BOM will facilitate the identification, forecasting, mitigation, and management of hardware and software obsolescence, supporting the DoD Program Manager’s Total System Life Cycle Management responsibilities. It ensures supportability requirements and supply chain risks are addressed. The DID specifies that the BOM must follow a defined format (Figure 1) and contain detailed content, including OEM part numbers, manufacturer information, and various designators, to the lowest indenture level. The data must be provided as an electronically editable, machine-readable CSV text file.
    DI-PSSS-81995A outlines the requirements for the Contract Depot Maintenance (CDM) Monthly Production Report, a crucial document for government oversight of depot-level maintenance contracts. This report provides monthly maintenance production figures, asset status, performance against schedules, next month's anticipated production, and a summary of unresolved issues. The DID supersedes DI-PSSS-81995 and is applicable to any depot-level maintenance contract. It mandates a specific format (Table I) and content, divided into Part I and Part II. Part I details administrative information from the Production Management Specialist and contractor, including contact details, contract numbers, and program supported. It also includes detailed production data such as item identification, quantities on contract, reparables received, assets on hand, items awaiting parts, quantities produced, serviceables on hand and shipped, and condemned items. Part II, the Production Summary, is only required under specific conditions, such as unmet production forecasts or anticipated production problems. The report is due within 10 business days of the previous month's last calendar date, ensuring timely communication between the contractor and the government.
    DI-QCIC-80798C, titled "CALIBRATION CERTIFICATE/REPORT," outlines the requirements for documenting calibrations of Department of Defense (DoD) test, measurement, and diagnostic equipment. This Data Item Description (DID) provides format and content instructions for calibration certificates or reports generated under contracts requiring test equipment calibration prior to delivery. It aligns with ISO/IEC 17025 standards for calibration reports. The document specifies that contractor format is acceptable, but the content must include essential details such as the title, laboratory information, unique identification of the certificate, client details, method used, a description of the calibrated item(s), dates of receipt and performance, reference to sampling plans, calibration results with units, authorization signatures, a statement on result applicability, environmental conditions, measurement uncertainty, and evidence of traceability. This DID supersedes DI-QCIC-80798B.
    DI-SESS-80639E outlines the requirements for Engineering Change Proposals (ECPs) within government contracts, superseding DI-SESS-80639D. An ECP details proposed engineering changes and their implementation, serving as crucial documentation for federal government RFPs, grants, and state/local RFPs. This document specifies format, content, and usage, referencing EIA-649-1 and EIA-649 standards. ECPs can be submitted via DD Form 1692, the Acquirer’s Integrated Digital Environment (IDE) schema, or the Supplier’s preferred format, but must contain all information required by DD Form 1692. It emphasizes the contractual imposition of related documents like Notices of Revision (NORs) and Specification Change Notices (SCNs), highlighting the need for comprehensive documentation in government projects.
    DI-MGMT-81634C outlines the requirements for reporting transactions related to Commercial Asset Visibility Air Force (CAV AF) and Government Furnished Material (GFM) on Contract Depot Maintenance (CDM) contracts. This Data Item Description (DID) facilitates visibility and oversight of assets by detailing the format and content for web-based reporting via the CAV AF system (https://www.cavaf.com). Contractors are provided with the CAV AF Users Guide for input formats. The reporting encompasses various end item transactions, including receipt, induction, completion, and shipment, as well as GFM transactions such as requisitions, material receipt, issue, transfer, turn-in, condemnation, plant clearance, and shipping of materials. This DID is applicable to any depot-level repair contract and supersedes DI-MGMT-81634B.
    DI-MGMT-82128A outlines the Contract Government Furnished Material (GFM) Monthly Requisition and Inventory Report, a critical document for federal government depot-level maintenance contracts. This report provides monthly data on GFM balances, consumption, transfers, receipts, and shipping actions, enabling the government to track GFM by condition code. It supersedes DI-MGMT-82128 and mandates a specific format (Table I) for reporting. The report requires input from both the Production Management Specialist (PMS) and the contractor, including detailed contact information for both parties, an 'As-Of Date,' and the Government Item Manager's or Technical POC's name. Key data points cover National Stock Numbers, part numbers, contract and delivery order numbers, requisition numbers, and quantities related to due-ins, receipts, transfers, issues to repair lines, turn-ins, and shipments. It also tracks total on-hand balances, categorized by serviceable, unserviceable, and condemned conditions. This DID ensures transparency and accountability in GFM management, due within 10 business days of the previous month's last calendar date.
    This government file outlines detailed packaging and marking requirements for federal procurements, emphasizing compliance with international and military standards. Specifically, all wood packaging material (WPM) must be constructed from debarked, heat-treated wood (56°C/133°F for 30 minutes), certified by an ALSC-recognized agency, aligning with ISPM No. 15 to prevent invasive species. Items, including specific military parts (e.g., 5895015277727FW), require MIL Long Line Packaging, preservation level MIL, and packaging level B. Packaging must follow MIL-STD-2073-1, while shipping and storage markings must adhere to MIL-STD-129, with additional markings as specified on AFMC Form 158. The document, generated by 406 SCMS / GULAA and signed by Michael J. Lee, details coded data for unit packs, including weight, dimensions, and cube, ensuring precise handling for worldwide shipments.
    This Performance Work Statement (PWS) outlines the requirements for repairing DATA ENTRY KEYBOARD, NSN: 5895-01-527-7727FW, as specified in Attachment A. The work includes disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore items to serviceable condition. Key aspects covered are minor and major repairs, handling Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR) units, Item Unique Identification (IUID), and processes for "Over and Above Work." The PWS details reporting requirements, quality control, condemnation procedures, special tools and support equipment, precious metals recovery, nuclear hardness, parts control, and a comprehensive counterfeit prevention plan. Additionally, it addresses engineering support, cannibalization of parts, lead-free electronics, ozone-depleting substances, delivery schedules, customer service, safety, manpower reporting, surge capabilities, and supply chain risk management (SCRM). The document emphasizes adherence to technical orders, industry standards, and government regulations to ensure quality, safety, and operational readiness.
    This government file, initiated on December 5, 2025, details transportation data for solicitations under Purchase Instrument Number FD20302501608-01. It outlines F.O.B. terms as 'Destination' and includes clauses such as FAR 52.247-29 (F.O.B. Origin), 52.247-53 (Freight Classification Description), and 47.305-10 (Marking of Shipments). A critical instruction requires vendors to contact DCMA Transportation via the SIR eTool System for shipping instructions on all 'DCMA Administered' contracts, especially for F.O.B. Origin, Foreign Military Sales, and F.O.B. Destination OCONUS/Export movements, to obtain necessary DOD regulatory clearances and documentation. Failure to comply may result in frustrated freight and additional vendor expenditures. The document also specifies transportation funds information, including LOA and TACRN details. It lists eight line items (0001-0008) with various NSN/Pseudo NSNs, all designated to ship to DLA Distribution Depot Oklahoma, Tinker AFB, with the same 'Ship to' address and 'Mark For: Acct 09' instruction. Glenn A. Carter from 406 SCMS / GULAA is listed as the contact for transportation data.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Door Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified suppliers for the procurement of aircraft doors, specifically the main landing gear door for the B-2 aircraft. The contract involves the supply of two units of the door, identified by NSN 1560013674794FW, with specific dimensions and material requirements, and is scheduled for delivery by February 7, 2028. This procurement is critical for maintaining the operational readiness of the B-2 aircraft, and interested parties must submit their proposals by January 16, 2026, with further inquiries directed to Genevee Suba at genevee.suba@us.af.mil.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.
    Repair of B-1B Torque Motor
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    FMS, REPAIR, NIIN: LLCGIZ747, QTY: 1
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair of a PANEL, COMM CNTRL (Part Number: 5502304-001, NSN: 9999LLCGIZ747) with a quantity of one. The procurement requires adherence to various military standards, including MIL-STD-2073-1 for packaging, ASTM D3951 for immediate use shipments, and MIL-STD-129 for marking, along with compliance to stringent configuration management and quality assurance protocols. This repair is critical for maintaining operational readiness within Navy Aviation and Maritime systems, emphasizing the importance of quality and safety in the repair process. Interested contractors should contact Caitlin V. Donahue at CAITLIN.V.DONAHUE.CIV@US.NAVY.MIL for further details, and must ensure compliance with all specified requirements outlined in the attached solicitation document.
    Solicitation for repair of B-2 Disk Drive Unit (DDU)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a solicitation for the repair of Disk Drive Units (DDUs) under Solicitation Number FA8119-25-R-0012. This procurement is a sole source acquisition directed to Honeywell International, Inc., and involves a firm-fixed-price, requirements-type contract for the repair of specific units identified by NSN: 7025-01-582-0638FW. The Disk Drive Units are critical components for the B-2 aircraft, underscoring their importance in maintaining operational readiness. Interested parties can reach out to Taylor Baptiste at taylor.baptiste@us.af.mil for further details regarding this opportunity.
    Common Data Entry Electronic Unit (CDEEU)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Common Data Entry Electronic Units (CDEEU) and associated components, primarily for F-16 aircraft, under solicitation FA8251-26-R-0002. The contractor will be responsible for testing and repairing various National Stock Number (NSN) items to a serviceable “A” condition, adhering to OEM specifications and ISO 9001-2015 quality standards, with deliveries expected to commence 30 to 60 days after receipt of assets. This procurement is critical for maintaining the operational readiness of F-16 avionics, ensuring that essential components are restored to functionality. Interested contractors should contact Piper Martin at piper.martin@us.af.mil or Jesse Baird at jesse.baird@us.af.mil for further details, and are encouraged to review the solicitation documents for specific requirements and deadlines.
    B-1B COVER ACCESS AIRCRAFT, NSN: 1560-01-164-5921EK; PN: L2500049-011
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of B-1B cover access aircraft components, specifically identified by NSN: 1560-01-164-5921EK and PN: L2500049-011. This solicitation allows for varied offer quantities, encouraging contractors to provide pricing for different ranges, while emphasizing the necessity for all offerors to possess "EXPORT CONTROLLED" certification to access the Technical Data Package (TDP) and comply with stringent quality standards, including ISO 9001 and AS9100. The procurement is crucial for maintaining the operational readiness of aerospace assets, ensuring that high-quality parts are available for military aircraft. Interested parties must submit their proposals by January 7, 2026, at 3:00 PM, and can direct inquiries to Genevee Suba at genevee.suba@us.af.mil.
    B-1B Interface Unit, Comm
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a new manufacture of the B-1B Interface Unit, Comm, identified by NSN: 5895-01-589-9678 EK. This firm-fixed-price contract is for an initial quantity of four units, with the possibility of quantity adjustments at the government's discretion, and is categorized under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The delivery of the units is required by March 31, 2026, and interested vendors must submit their offers electronically by January 2, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Lori Lumsden at lori.lumsden.1@us.af.mil.
    12--PANEL,INDICATOR, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure four units of a specialized indicator panel (NSN 7H-1290-014382607) for repair and modification purposes. This procurement is critical as the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources, and reverse engineering the part is also deemed uneconomical. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, with the primary contact for inquiries being Christian D. Spangenberg at (717) 605-5192 or via email at CHRISTIAN.SPANGENBERG@NAVY.MIL. This opportunity is set aside for small businesses under the SBA guidelines, and proposals will be considered for a contract action that intends to negotiate with only one source.