B-52J Commercial Engine Replacement Program (CERP) Installation Kit Production and Interim Contractor Support
ID: CERP-25-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8107 AFLCMC WWKTINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Manufacturing (336411)
Timeline
    Description

    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is conducting a market assessment for the B-52J Commercial Engine Replacement Program (CERP) Installation Kit Production and Interim Contractor Support. The procurement aims to identify potential sources capable of producing aircraft modification kits for up to 76 B-52H aircraft, including spare parts and tooling, to be delivered to Tinker Air Force Base starting in FY28, along with providing Interim Contractor Support for a period of five to eight years. This initiative is critical for enhancing the operational capabilities of the B-52 aircraft, ensuring timely upgrades and support for the fleet. Interested parties must submit their responses detailing their capabilities, teaming arrangements, and past performance by March 27, 2025, to the Contracting Officer, Ashley A. Brink, at ashley.brink@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Life Cycle Management Center (AFLCMC) is conducting a market assessment for the B-52J Commercial Engine Replacement Program (CERP) Installation Kit Production and Interim Contractor Support. This Sources Sought Synopsis (SSS) aims to identify potential sources with expertise in producing aircraft modification kits for up to 76 B-52H aircraft over a five-to-eight-year period, starting in FY28. This includes procuring components, building, storing, and delivering kits to Tinker AFB, and providing spare parts and tooling. Additionally, the SSS seeks capabilities for Interim Contractor Support (ICS), encompassing supplier management, non-warranty repair, and engineering support for CERP components. The Boeing Company will select suppliers and develop installation drawings prior to the production phase. The government is exploring acquisition strategies, including potential small business set-asides under NAICS code 336411 (1500-employee size standard). Responses are due by March 27, 2025, and should detail capabilities, teaming arrangements, past performance, and small business status. This SSS is for information and planning only, not a request for proposals.
    AFLCMC is conducting a market assessment to identify potential sources for the B-52J Commercial Engine Replacement Program (CERP) Installation Kit Production and Interim Contractor Support. This Sources Sought Synopsis (SSS) aims to gather information for the acquisition strategy, specifically for the production phase of the B-52J, formerly CERP. The program requires the procurement and production of aircraft modification kits for up to 76 B-52H aircraft, including spare parts, tooling, and support equipment, to be delivered to Tinker AFB starting in FY31. Additionally, it requires Interim Contractor Support (ICS) for CERP components, covering supplier management, non-warranty repair, logistics field service, and support for five to eight years. The Boeing Company will select suppliers, develop installation drawings, and deliver technical data prior to the production phase. Small businesses are encouraged to respond to help determine potential competition levels and subcontracting goals. The proposed NAICS code is 336411 with a 1500-employee size standard. This SSS is not a request for proposals, and the government will not pay for information provided.
    The Air Force Life Cycle Management Center (AFLCMC) is collecting market input through a Sources Sought Synopsis (SSS) regarding the B-52J Commercial Engine Replacement Program (CERP). The purpose is to gauge potential interest and capabilities among industry sources for the production of installation kits and interim contractor support for up to 76 B-52H aircraft over a five to eight-year period starting FY28. Companies, especially small businesses, are encouraged to respond, as their input will inform the acquisition strategy. AFLCMC seeks proposals that address two major requirements: the acquisition of aircraft modification kits necessary for integrating new engines and the provision of Interim Contractor Support including supplier management and repairs. Respondents must outline their operational capabilities, expected teaming arrangements, and relevant past performance experiences, while adhering to FAR regulations. The anticipated NAICS Code is 336411, encompassing all business types. Interested companies must respond by March 27, 2025, with strict guidelines regarding the submission format and content, highlighting service delivery capabilities and any proprietary information as necessary. This analysis emphasizes the government's emphasis on competitive supply sourcing while fostering small business participation in defense procurement.
    The Air Force Life Cycle Management Center (AFLCMC) is seeking to assess market capabilities for the B-52J Commercial Engine Replacement Program (CERP) via a Sources Sought Synopsis (SSS). This initiative, which is informational and not a formal solicitation, aims to identify potential vendors for the production phase, including the procurement and delivery of modification kits for the B-52H aircraft, and provide Interim Contractor Support (ICS) over a span of five to eight years, beginning FY31. Interested parties, especially small businesses, are encouraged to respond to gauge industry competition and to discuss plans regarding compliance with the Federal Acquisition Regulation (FAR) on subcontracting. The expected work includes acquiring and delivering aircraft modification components and supporting logistics. Companies must detail their capabilities, facilities, workforce plans, and relevant past performance. The project is open to all businesses under the NAICS code 336411, emphasizing diversity and small business status. Feedback from responses will assist the government in refining their acquisition strategy, deciding whether to set aside work for small businesses or open it to broader competition. The document invites responses to enhance the understanding and strategy of the project, underscoring the importance of capability demonstration for future engagements.
    Similar Opportunities
    SPE4A722R0753 – 1660 - PARTS KIT,REGULATOR / AIRCRAFT, STRATOFORTRESS B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for a parts kit specifically designed for the regulator of the Stratofortress B-52 aircraft. This procurement is critical for maintaining the operational readiness and efficiency of the aircraft, which relies on advanced air conditioning, heating, and pressurizing equipment. Interested vendors can reach out to Rekisha Burton at rekisha.burton@dla.mil or call 804-773-9818 for further details, while secondary contact Latrice Brown can be reached at latrice.brown@dla.mil or 804-279-1365. The place of performance for this contract is located in Virginia, with the zip code 23237.
    Remanufacture of B-52s Primary/Secondary Heat Exchangers
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center (AFSC), is seeking contractors for the remanufacture of B-52 Primary and Secondary Heat Exchangers. The project requires the contractor to provide all necessary labor, facilities, equipment, and materials to disassemble, clean, inspect, maintain, reassemble, test, and finish the heat exchangers to restore them to a like-new condition, adhering to strict technical and regulatory standards. This remanufacturing effort is critical for maintaining the operational readiness and longevity of the B-52 aircraft, which play a vital role in national defense. Interested parties should contact Jessica Vinyard at jessica.vinyard.1@us.af.mil or M. Ryan Churchwell at matthew.churchwell.2@us.af.mil for further details, as a firm fixed price Requirements type contract is anticipated, spanning five years with a three-year base period and a two-year option.
    LONGERON | 04F | B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified contractors for an indefinite quantity contract (IQC) for the procurement of LONGERON components for the B-52 aircraft. This contract is set aside for small businesses and will cover a base period of five years, with an estimated annual quantity of 40 units, requiring delivery within 250 days after receipt of order. The LONGERON components are critical airframe structural components, and the procurement necessitates contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452, with the solicitation expected to be available on or about December 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    C/KC130 Air Vehicle: Engine Module Repair
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should contact Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil for further details and access to solicitation attachments.
    F108 Module 13/15 & 14 LPT Assembly (USAF/USN) Remanufacture
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the remanufacture of the F108 Module 13/15 & 14 Low Pressure Turbine Assembly for both the USAF and USN. This competitive acquisition involves a Five-Year, Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will include five one-year ordering periods from March 2026 to March 2031, with specific minimum and maximum quantities for remanufacture across different models. The F108 engine is critical for the KC-135 aircraft, underscoring the importance of this procurement for maintaining operational readiness. Interested parties should note that the estimated issue date for the solicitation is January 30, 2026, with a closing date of March 2, 2026. For further inquiries, contact Brock May at brock.may@us.af.mil or 405-734-5462, or Brad Bonsall at bradley.bonsall@us.af.mil.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    New Manufacture: B-52 COMPRESSOR UNIT, ROT / NSN 4310-01-711-1684FG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of new manufactured Compressor Units, Rotors (NSN: 4310-01-711-1684 FG) as outlined in solicitation SPRTA126R1820. The procurement aims to acquire an estimated 75 units, with delivery phased at 15 units per month from January to May 2027, highlighting the importance of these components in supporting military aircraft operations. Interested vendors must adhere to specific requirements, including Unique Item Identification for items over $5,000 and submission of inspection reports via Wide Area WorkFlow, with proposals due by January 5, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Kevin Howe at kevin.howe.1@us.af.mil.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    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.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation - F-15E/EX Primary Pressure Regulator and Shutoff Valve (PPRSV) PN 3215986-1-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential sources to support the depot activation and sustainment capability for the F-15E/EX Primary Pressure Regulator and Shutoff Valve (PPRSV), part number 3215986-1-1. This opportunity involves delivering technical orders, necessary spares, engineering support, and training for USAF technicians, ensuring depot readiness and compliance with cybersecurity regulations. The selected contractor will play a crucial role in maintaining and overhauling vital aircraft components, with the contract anticipated to commence in Fiscal Year 2027. Interested parties must submit their capability statements electronically by 4 PM EST on January 30, 2026, to Valerie Neff at valerie.neff@us.af.mil.