RQ-4B (Global Hawk) Sustainment Repair Support
ID: RQ-4B-Global_Hawk_SystemType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8539 AFSC PZABAROBINS AFB, GA, 31098-1670, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for sustainment repair support of the RQ-4B Global Hawk System. The primary objective is to find contractors capable of repairing various National Stock Numbers (NSNs) associated with the system, ensuring that assets are returned in serviceable condition while adhering to strict delivery schedules, including surge backorders and Mission Capable Awaiting Parts (MICAP) requests. This opportunity is critical for maintaining the operational readiness of the Global Hawk, which plays a vital role in intelligence, surveillance, and reconnaissance missions. Interested parties are encouraged to respond to the Request for Information (RFI) by January 20, 2026, and should direct inquiries to Kimberly Berdon at kimberly.berdon@us.af.mil or Ileana Cruz at ileana.cruz-mujica@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for sustainment repair support of the RQ-4 Global Hawk (GH) National Stock Number (NSN) items for the United States Air Force (USAF). The primary objective is to repair and return assets in serviceable condition, meeting delivery schedules, including surge backorders and Mission Capable Awaiting Parts (MICAP) requests. The contract focuses on repair services for various GH components, including the AN/ZPY-2 Multi-Platform Radar, Ground Segment, engine components, landing gear, and the Unmanned Aerial Vehicle (UAV) itself. Key performance objectives include quality of repair, timely delivery, and adherence to reporting requirements. The document details contractor responsibilities regarding government property, including Contractor Acquired Property (CAP), loss reporting, and return procedures. It also covers technical requirements such as the period and place of performance, Contract Data Requirements Lists (CDRLs), specific repair processes (e.g., Test, Teardown, & Evaluation, Beyond Economic Repair), configuration control, obsolescence management, Item Unique Identification (IUID), packaging, and Commercial Asset Visibility-Air Force (CAV-AF) reporting. Additionally, the PWS addresses counterfeit electronic parts prevention, Government-Industry Data Exchange Program (GIDEP) participation, travel, management support, and supply chain risk management, including cybersecurity and foreign influence. Mission-essential services and security requirements are also specified.
    The provided government file is a comprehensive list of National Stock Numbers (NSN) and corresponding part numbers with their material descriptions. The document primarily details various types of computer systems, electronic assemblies, communication equipment, and test kits. It also includes components for aircraft, such as landing gear, actuators, and various kits for maintenance, pressurization, and defueling. Furthermore, the file lists power supply units, generators, hydraulic components, and various types of valves and sensors. The diverse range of items suggests that this document serves as an inventory or procurement list for a broad spectrum of federal government needs, encompassing electronics, aviation, and general maintenance equipment.
    This Request for Information (RFI) is issued by the U.S. Government to identify potential sources capable of providing depot-level test and repair services for the RQ-4B Global Hawk System, specifically the Block 40 configuration. The government seeks contractors with the expertise, capabilities, and experience to repair National Stock Numbers (NSNs) listed in Attachment A. Currently, Northrop Grumman, the original manufacturer, is the sole source for these repairs, as the government does not own the necessary technical data, and reverse engineering or data acquisition is deemed uneconomical. The RFI emphasizes that no contract will be awarded based on this request; it is for informational planning and budgetary forecasting only. Interested large and small businesses, including those in joint ventures or teaming arrangements, are encouraged to respond with documentation supporting their capabilities, particularly addressing how they would overcome the lack of government-owned technical data. Responses, including business information, capability surveys covering general, repair, commerciality, continuity of operations, cybersecurity, and foreign influence questions, are due by January 20, 2026. Questions should be directed to Kimberly Berdon via email.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    F-5 Parts Repair and Return
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis for F-5 Parts Repair and Return services, aimed at identifying potential sources for this acquisition strategy. The procurement involves the repair and return of critical components such as Rotary Electro-Mechanical Actuators and Power Supplies, with a focus on addressing specific malfunctions and ensuring compliance with technical standards for Foreign Military Sales (FMS) customers. Interested parties are encouraged to submit their capabilities and relevant company information by January 30, 2026, to Danielle Stiff at danielle.stiff.1@us.af.mil or Mark Parker at mark.parker.12@us.af.mil, as this effort is part of market research to assess competition and small business participation in the upcoming contract.
    U-2 Life Support Sustainment and Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for U-2 Life Support Sustainment and Support services. The procurement aims to secure depot-level sustainment support for U-2 Life Support oxygen-related equipment, including the maintenance of S-1034 Pilot Protective Assemblies, oxygen systems, and survival kits, as well as material management tasks under Contractor Logistics Support (CLS) principles. This Request for Information (RFI) is intended for planning purposes only and does not constitute a solicitation for proposals; interested contractors are encouraged to respond by January 2, 2026, to provide their capabilities and experience. For further inquiries, interested parties may contact Brittney Lightsey at brittney.lightsey@us.af.mil or Michelle Rivera at michelle.rivera.3@us.af.mil.
    MTS-A DMS Retro Fit Market Research Update
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting market research for the MTS-A DMS Retro Fit project, which involves the production and support of a proprietary retro-fit replacement for the Electro-Optical/Infrared (EO/IR) Sensor HC-130J and its subsystems. This sole source requirement is aimed at developing a Retro-Fit Kit, establishing a production line, and providing necessary repairs and initial spares, all under a 10-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a basic 5-year period and an option for an additional 5 years. Interested parties are encouraged to submit capability statements or proposals by January 15, 2026, with inquiries directed to Darryl Baker at darryl.baker.6@us.af.mil or Philip Earthly at philip.earthly.1@us.af.mil.
    PROCESSOR, RADAR DATA FD20602600196
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to modify an existing contract with Honeywell Aerospace for the repair of the PROCESSOR, RADAR DATA, under solicitation number FD20602600196. This modification will add a contract line item for the repair of a proprietary item identified by National Stock Number (NSN) 5841-01-470-8036 and Part Number 27914/066-50000-2930, which is critical for radar equipment operations. This action supports a Beyond Economic Repair (BER) requirement, emphasizing the importance of maintaining operational readiness for radar systems. For further inquiries, interested parties can contact James Daniel Faulkner at james.faulkner.8@us.af.mil, noting that this notice is for informational purposes only and no formal solicitation will be issued.
    AN/ALQ-131 Electronic Countermeasures (ECM) Pod parts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the production and repair of parts related to the AN/ALQ-131 Electronic Countermeasures (ECM) Pod. The procurement aims to gather information on contractors' capabilities, including their expertise in repair procedures, technical data generation, and management of inventory and obsolescence issues. This initiative is crucial for maintaining the operational readiness of the USAF and supporting foreign Military Sales Partners. Interested parties are encouraged to submit their capabilities and relevant information by January 9, 2026, and can contact Daniel Daniels at daniel.daniels.2@us.af.mil for further inquiries.
    FY27-FY32 Basic Ordering Agreement (BOA) and Indefinite Delivery Indefinite Quantity (IDIQ) contract for MQ-9A Block 5 Reaper Support
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from potential sources for a Basic Ordering Agreement (BOA) and Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the MQ-9A Block 5 Reaper Unmanned Aircraft System (UAS). The procurement aims to provide essential materials, spares, support equipment, training, engineering support, and logistics necessary for the operation and maintenance of the Marine Air Ground Task Force (MAGTF) Unmanned Aircraft Systems (UAS) Expeditionary Medium Altitude Long Endurance (MALE) program. This initiative is critical for ensuring the operational readiness and capability of the MQ-9A aircraft, which plays a vital role in military operations by facilitating real-time intelligence and mission-critical communications. Interested parties are encouraged to submit their capability statements by January 17, 2026, to Tiffany Horty at tiffany.a.horty.civ@us.navy.mil, as the government will consider all submissions for potential competitive procurement opportunities.
    Helicopter Program Office Integrity Programs Sustaining Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a market survey to identify potential contractors capable of providing sustaining engineering services for the Helicopter Program Office's Aircraft Structural Integrity Program (ASIP), Mechanical Equipment and Subsystems Integrity Program (MECSIP), Avionics Integrity Program (AVIP), and Electrical Wiring Interconnect System (EWIS) for various helicopter models including the HH-60W, MH-139A, TH-1H, and UH-1N. Contractors are expected to demonstrate expertise in rotary-wing structures, mechanical and avionics systems, fatigue analysis, and software development, among other capabilities, to support the ongoing integrity programs. This opportunity is crucial for maintaining the operational readiness and safety of the helicopter fleets, and responses to the Request for Information (RFI) are due by January 7, 2026. Interested parties should direct inquiries to Casey Price at casey.price.3@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil for further details.
    Repair of Ice Detector for the HC-27J Aircraft.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure repair services for ice detectors used in the HC-27J aircraft. The procurement aims to repair two specific ice detectors, identified by NSN 5340-01-356-0338 and Part Number 871FA312, with the expectation that the awarded vendor will be Rosemount Aerospace, as they are believed to be the only source with the necessary proprietary technical data. This opportunity is critical for maintaining the operational readiness of Coast Guard aircraft, ensuring safety and efficiency in air transportation activities. Interested vendors must demonstrate FAA 145 certification and the capability to perform at least 50% of the work at their certified facility, with a submission deadline for capability information set for January 9, 2026, at 12:00 PM EST. For inquiries, vendors can contact Logan J. Brown at Logan.J.Brown3@uscg.mil.
    Amended Request for Information (RFI) – Small Unmanned Aircraft System (sUAS) for Ground/Maritime Search and Rescue
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking information on small Unmanned Aircraft Systems (sUAS) for ground and maritime search and rescue operations. The objective is to identify systems that can provide organic Intelligence, Surveillance, and Reconnaissance (ISR) capabilities to enhance communication, threat detection, and personnel location in contested environments. These systems are crucial for Air Force Rescue Forces, particularly in scenarios where traditional aircraft may be denied access, such as in dense foliage or maritime conditions. Interested parties should submit their responses to the Request for Information (RFI) FA8629-25-R-6004 by July 25, 2025, and can contact Marissa Greenleaf at marissa.greenleaf@us.af.mil or Bradford Kenney at bradford.kenney.1.ctr@us.af.mil for further details.