B52 Bomb Bay Stands
ID: FA812525Q0031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of five B-52 Bomb Bay Stands, with the contract to be performed at Tinker Air Force Base in Oklahoma. The procurement requires adherence to a detailed Statement of Work (SOW) that encompasses construction, inspection, delivery, assembly, and installation, emphasizing safety and compliance with federal regulations. This opportunity is significant as it supports the operational readiness of the B-52 aircraft, a critical asset for national defense. Interested contractors must submit their proposals by March 24, 2025, and are encouraged to contact Linsey Laird or Jason Shirazi for further inquiries regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for the purchase and installation of five B-52 Bomb Bay Stands at Tinker Air Force Base, OK. It emphasizes the importance of safety on the base, requiring the contractor to ensure all processes comply with specific assembly plans, including production, inspection, and assembly. The contractor must provide delivery, installation, and performance verification, along with necessary certifications, such as 6G welding certification. The contractor is responsible for ensuring all components meet stipulations set forth in the SOW. Acceptance testing will occur on-site post-installation, wherein government representatives will verify compliance with specifications. The contractor must also adhere to environmental, safety, and hazardous material regulations during operations and submit certifications for hazardous waste management. Additionally, the document stresses the need for thorough communication and training regarding safety protocols, emergency procedures, and maintaining a clean work environment. The comprehensive approach outlined in the SOW reflects the government's commitment to safety, regulatory compliance, and efficient contractor performance in maintaining military infrastructure.
    The Statement of Work (SOW) outlines the requirements for procuring five B-52 Bomb Bay Stands at Tinker Air Force Base, focusing on their construction, delivery, and installation. The contractor must comply with specific assembly plans and ensure all parts meet quality standards, including independent inspection by a Certified Weld Inspector (CWI). The contractor is responsible for delivering the stands within 180 days and must provide necessary adjustments until full operational capability is achieved. Environmental and safety compliance is emphasized, with strict adherence to federal, state, and local regulations regarding hazardous materials and waste. The contractor must certify that no hazardous materials or waste will be generated, maintaining detailed logs and procedures for any that are present. The document stresses a strong commitment to safety, requiring all personnel to report hazards and participate in safety training. Emergency procedures are outlined, emphasizing contractor responsibility for employee safety and compliance during emergencies. This SOW serves as a framework for the procurement process, ensuring accountability, safety, and environmental responsibility in fulfilling the contract requirements.
    This document outlines the Statement of Work (SOW) for the procurement of five B-52 Bomb Bay Stands for Tinker Air Force Base (AFB), emphasizing safety and compliance throughout the project. The scope includes construction, inspection, delivery, assembly, and installation, adhering to specified guidelines. Contractors are required to ensure that all components comply with set specifications and provide certifications for welding and hazards management. Key requirements include a detailed acceptance testing procedure, with government oversight during assembly to ensure compliance. Contractors must shoulder any costs for rejected stands and provide a clear lead time for delivery. Safety measures are emphasized; contractors must follow environmental regulations and undergo training related to hazardous materials, with a comprehensive system for managing waste and emergencies in place. The contractor's personnel must maintain safety, advocate for hazard reporting, and ensure environmental compliance while managing waste properly. The document establishes operational protocols, including visitor pass acquisition and responsibilities during emergencies. Overall, this SOW reflects an emphasis on contributing to a safe and efficient work environment at Tinker AFB while fulfilling contractual obligations.
    The document contains a Q&A set related to a Request for Proposal (RFP) for Bomb Bay Stands (FA812524Q0031). It addresses several technical and procedural inquiries from potential contractors regarding specifications outlined in the Statement of Work (SOW). Key topics include clarification on sourcing specific parts, inspection requirements for weldments, and the timeline for delivering stand sets. Notable responses confirm that a certified visual inspection will suffice for weld assessment, while only the first stand requires a comprehensive evaluation. Additionally, welding certifications need not meet the 6G standard, as D1.1 and D1.2 certifications align with SOW expectations. The document provides insight into compliance and operational expectations essential for contractors bidding on this government project, emphasizing the importance of adhering to technical specifications and timelines.
    The document outlines the solicitation for contract FA812525Q0031, specifically targeting economically disadvantaged women-owned small businesses (EDWOSBs) for the provision of five B-52 Bomb Bay Stands. It details the essentials for submission, including delivery expectations and contractor responsibilities for production, inspection, assembly, and installation. Contractors are required to have an active DD Form 2345 for technical specifications and must ensure goods are delivered free on board (FOB) destination and comply with specific packaging and marking requirements. The document also highlights terms and conditions, including payment protocols through the Wide Area Workflow system, applicable holidays, and detailed contract clauses to ensure regulatory compliance. Significant focus is placed on maintaining military security protocols during delivery to Tinker Air Force Base. Overall, the solicitation emphasizes promoting inclusivity in contracting while ensuring stringent adherence to federal regulations and operational standards in military contexts.
    The document outlines a solicitation for the purchase of five B-52 Bomb Bay Stands, detailing requirements for production, inspection, delivery, assembly, and installation. It specifies that contractors must possess an active DD Form 2345 for access to technical specifications. The solicitation incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing compliance with numerous regulations, including those related to small business utilization and prohibitions against contracting with certain foreign entities. The contract must adhere to packaging, marking, and inspection criteria for delivery to Tinker Air Force Base. Additionally, the document elaborates on contractor requirements like background checks and proper ID badges. The terms for invoicing through the Wide Area Workflow (WAWF) system and specifics regarding delivery protocols further ensure accountability and traceability. This solicitation exemplifies government efforts to engage qualified small businesses while maintaining rigorous standards in procurement processes, aligning with broader initiatives to foster economic growth through inclusion of women-owned and economically disadvantaged businesses.
    This document represents an amendment to a solicitation for the procurement of B-52 Bomb Bay Stands. The amendment updates the Statement of Work (SOW) with a new version and modifies key contractual details, including the closing date for submissions, extended from February 18, 2025, to March 6, 2025. It emphasizes the need for vendors to acknowledge the amendment and clarifies the evaluation criteria, focusing on technical acceptability and cost. The evaluation for award is based on the lowest priced proposal that meets technical standards. Important conditions include vendor registration in the System for Award Management to be eligible for contract award, and provisions regarding the rejection of unreasonable offers. The document underlines the importance of adhering to solicitation requirements, with a notable emphasis on providing comprehensive technical proposals. All other terms and conditions of the original solicitation remain unchanged, ensuring the integrity of the procurement process at Tinker Air Force Base.
    This document is an amendment to a federal solicitation for the fabrication of B-52 Bomb Bay Stands, primarily updating the Statement of Work (SOW) and evaluation criteria. The Amendment includes a new SOW (Rev 4) and an updated evaluation clause to align with the SOW changes. The submission deadline is extended from March 6, 2025, to March 24, 2025. The contractor must provide a comprehensive written statement detailing how they will meet the technical requirements outlined, including fabrication standards, welding certifications, and safety compliance. The evaluation will assess price and technical proposals, awarding the contract to the lowest price vendor meeting acceptability standards. Additionally, the government reserves the right to reject unrealistically priced proposals and may conduct interchanges if needed. The overall purpose of this solicitation revision is to ensure compliance, transparency, and competitive bidding under federal contracting regulations while seeking a responsible vendor for this specific acquisition at Tinker Air Force Base.
    Lifecycle
    Title
    Type
    B52 Bomb Bay Stands
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    BULKHEAD, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of bulkheads for B-52 aircraft, specifically under the National Stock Number (NSN) 1560-01-192-5395. This opportunity is a total small business set-aside, aimed at acquiring 200 units over a six-month contract term, with a delivery schedule of 350 days after receipt of order. The bulkheads are critical components for aircraft structure, emphasizing the importance of quality and compliance with export control regulations. Interested vendors must submit their proposals by the solicitation issue date, expected around December 5, 2025, and can contact Renee Griffin at renee.griffin@dla.mil or 445-737-2040 for further information.
    SPE4A726R0198-1560 - RIB,STIFFENER,AIRCR/ AIRCRAFT, STRATOFORTRESS B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 175 units of a structural panel (NSN: 1560017274257, Part Number: FLX-P20570-01) for the B-52 Stratofortress aircraft. This procurement is categorized as a firm fixed-price contract and is set aside for small businesses, emphasizing the importance of supporting the small business sector in defense contracting. The delivery of the production units is expected within 284 days, with the contract requiring inspection and acceptance at the origin. Interested parties can access the solicitation on the DLA Internet Bid Board System (DIBBS) around December 10, 2025, and should direct inquiries to Xuan Thanh Phan at xuan.phan@dla.mil or Robert Winchester at robert.winchester@dla.mil for further information.
    PRESSURE BELLOWS / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for pressure bellows used in the B-52 Stratofortress aircraft. The procurement involves an estimated annual quantity of 80 units of the pressure bellows, specifically manufactured by Transdigm Inc. under part number 114535, with a delivery timeline of 235 days after the date of order. This contract is crucial for maintaining the operational readiness of the B-52 aircraft, which plays a significant role in national defense. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around November 18, 2025, and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or call 445-737-4113 for further information.
    Repair of B-1B Torque Motor
    Dept Of Defense
    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.
    Manufacture of Trailing Edge for the B-1 Aircraft.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the trailing edge for the B-1 aircraft. This opportunity is a total small business set-aside, allowing eligible small businesses to compete for the contract, which is categorized under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The solicitation has been amended to extend the proposal submission deadline to September 5, 2025, providing additional time for interested contractors to prepare their offers. For further inquiries, potential bidders can contact Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    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.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    B-2 TLX Kits, FA821322R3003
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 for further details.
    B-1B COVER ACCESS AIRCRAFT, NSN: 1560-01-164-5921EK; PN: L2500049-011
    Dept Of Defense
    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.
    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.
    Door Aircraft
    Dept Of Defense
    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.