Repair of B-2 Dimmer Switch, B-2 Lamp Control, B-1 Transformer Rectifier, B-1 CCA
ID: FA8117-25-SS-0009Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the U.S. Air Force, is conducting a Sources Sought Synopsis to identify potential contractors for the repair of various aircraft components, including the B-2 Dimmer Switch, B-2 Lamp Control, B-1 Transformer Rectifier, and B-1 CCA, at Tinker Air Force Base in Oklahoma. The procurement aims to assess whether these repair services can be competitively fulfilled or set aside for small businesses, with a focus on ensuring compliance with operational safety standards and quality assurance. Interested vendors are required to provide complete labor, materials, equipment, testing, preservation, and logistics support, and must submit a Source Approval Request package to qualify for participation. For inquiries, vendors can contact Gregory Howard at gregory.howard.9@us.af.mil or Kristen Carter at kristen.carter@us.af.mil, with responses due by the specified deadline.

Point(s) of Contact
Files
Title
Posted
Mar 19, 2025, 3:06 PM UTC
The document outlines the Repair/Remanufacture Qualification Requirements (RQR) for commodity critical safety and application items managed by the Air Force Sustainment Center (AFSC). It defines processes for potential sources to obtain Engineering Support Activity (ESA) approval for repairs or remanufacturing, ensuring adherence to operational safety standards. The RQR specifies submission requirements for a Source Approval Request (SAR) package, categorizing potential sources into three categories based on their repair experience: Category I (actual item), Category II (similar item), and Category III (new repair/remanufacture). Essential components of the SAR package include technical data rights certifications, quality assurance documentation, and details on sub-tier suppliers. The document also addresses evaluation criteria for SAR packages, grounds for disqualification, and the process for submitting requests for government technical data. Ultimately, the RQR aims to ensure that repair activities meet the necessary technical and safety criteria while facilitating a clear qualification process for contractors. This comprehensive framework underscores the government's commitment to maintaining high safety and quality standards in defense operations, particularly in relation to critical items and their repair processes.
Mar 19, 2025, 3:06 PM UTC
The U.S. Air Force is conducting market research through a Sources Sought Synopsis to identify potential contractors for repairing various aircraft components at Tinker Air Force Base, Oklahoma. This initiative is aimed at determining whether the requirement can be competitively fulfilled or set aside for small businesses. The government seeks responses from all types of businesses, including small disadvantaged, service-disabled veteran-owned, HUBZone, and women-owned entities. Contractors must provide complete labor, materials, equipment, testing, preservation, and logistics support. A summary of estimated repair requirements for specific part numbers and National Stock Numbers (NSNs) is included. Interested vendors must register as participants in this market research effort via an online portal and are informed that this is not a solicitation for proposals. The document outlines submission processes for technical data requests, source approval requirements, and emphasizes the necessity for completion of a Source Approval Request package for qualification. Responses are requested to be submitted by a specified date, and inquiries regarding the notice should be directed to dedicated email addresses, while prohibiting contact with the originator for questions. The document highlights the government’s goal to refine its acquisition strategy based on the gathered market information.
Mar 19, 2025, 3:06 PM UTC
The Technical Order Public Sales Office at Tinker Air Force Base (AFB) in Oklahoma manages requests for Technical Orders (TOs) related to defense contracts for Tinker, Robins, and Hill AFBs. According to Department of Defense Directive 5230.25, requests for TOs supporting solicitations must go through the relevant contracting office, while requests for existing contracts should use AFTO Form 43. Requests for foreign military sales are guided by TO 00-5-19. Unsolicited bids or public sales requests require a certified DD Form 2345 detailing company information, justification for requests, intended use, and specific TO Numbers. An approval fee of $65 applies for each TO, along with shipping costs. Submit all requests to the designated public sales email, allowing 30 days for processing. This document emphasizes compliance with defense contracting policies and aims to support the U.S. military and international partners effectively.
Mar 19, 2025, 3:06 PM UTC
The document outlines a data request form from the government aimed at entities requiring specific data related to weapon systems. It emphasizes the necessity of submitting the form alongside a valid DD Form 2345, which certifies the entity's eligibility to access controlled data. The form requires detailed identification information from the requesting entity, including company name, contact information, and intended use of the data requested. The request can accommodate up to a maximum of 15 data lines, with a fee structure that charges $30 per line, and a minimum fee of $150 if data is provided. The form also notes that incomplete submissions may be returned, underscoring the importance of thoroughness in the application process. This document serves as a procedural guide for companies seeking access to government data related to defense projects and aligns with regulatory compliance requirements for handling sensitive information.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
B2 Integrated Drive Generator (NSN: 6615-01-265-2872)
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors to provide repair and overhaul services for the B2 Integrated Drive Generator (NSN: 6615-01-265-2872) located in Carlton Landing, Oklahoma. The contractor will be responsible for all aspects of repair, including labor, materials, logistics, and supply chain management, with an estimated requirement of 10 units for each of the four optional repair phases. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft components, emphasizing the importance of compliance with established repair qualifications as outlined in the Repair/Remanufacture Qualification Requirements (RQR-848). Interested vendors are encouraged to submit a Source Approval Request (SAR) package to the primary contact at 422.SCMS.AFMC.RFI@us.af.mil or the secondary contact, Amy Schmitz, at amy.schmitz.1@us.af.mil, by the specified deadlines, as this opportunity is part of a market research effort and does not constitute a solicitation.
Repair of the B-2 Data Entry Panel, NSN 5895-01-527-7727FW
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the B-2 Data Entry Keyboard (NSN: 5895-01-527-7727FW) as part of a market research initiative. The objective is to identify qualified contractors capable of performing comprehensive repair services, including disassembly, cleaning, inspection, reassembly, testing, and quality assurance, to ensure the keyboards meet military standards. This equipment is critical for the operation of the B-2 aircraft, which requires specialized low observable properties for military applications. Interested parties are encouraged to submit their capabilities and qualifications by May 1, 2025, to the designated government contacts, as no funds are currently available for this market research effort.
Re-manufacture of B-1B Electro-Mechanical Actuator
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the re-manufacture of the B-1B Electro-Mechanical Actuator, which is critical for operating valves that control the hydraulically operated speed brakes of the aircraft. The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the actuators to like-new condition. This firm fixed price requirements contract is anticipated to last five years, comprising a three-year base period with two one-year options, and requires delivery of two units every 45 days, with an estimated quantity of eight units annually. Interested vendors must submit a Source Approval Request if unqualified, and technical data requests during the pre-solicitation phase should be directed to the provided email contacts. The solicitation is expected to be issued around April 17, 2025, with responses due by May 17, 2025; for further inquiries, contact Cliff Morgan or Matthew Tonay via their respective emails.
Repair of B-2 Laser Energy Monitor, Optical Assembly
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-2 Laser Energy Monitor and Optical Assembly under solicitation FA811924R0013. The procurement involves comprehensive repair, calibration, and testing services for Air Force equipment, ensuring they are restored to a serviceable condition, with specific emphasis on the incorporation of Material Lay-In as detailed in the recent amendment. This contract is crucial for maintaining operational readiness and includes a basic performance period from May 2025 to May 2030, with an option to extend until May 2035, covering various line items with firm fixed pricing. Interested contractors should reach out to Taylor Baptiste at taylor.baptiste@us.af.mil or Phillip Crowder at phillip.crowder@us.af.mil for further details and to ensure compliance with the outlined quality standards and timelines.
B-1 Multi Functional Display
Buyer not available
The Department of Defense, specifically the Air Force, is seeking sources for the B-1 Multi Functional Display, as outlined in a Sources Sought notice. This opportunity aims to identify potential contractors capable of providing repair and overhaul services for specific Multi Functional Display units, which are critical components for aircraft operations. The initiative underscores the importance of maintaining operational readiness and safety standards within the defense sector, as these displays are integral to aircraft functionality. Interested vendors must submit a Source Approval Request (SAR) package by December 11, 2024, to the designated email address, with further inquiries directed to SEND RESPONSES HERE at 422.SCMS.AFMC.RFI@us.af.mil.
F-16 C-D Dual Mode Transmitter Protection and Control Assembly 5998-01-265-1040 762R370G01
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 C-D Dual Mode Transmitter Protection and Control Assembly (NSN: 5998-01-265-1040, P/N: 762R370G01). This assembly is used for the application of the F-16 C/D Dual Mode Transmitter. The repair is categorized as Expendability, Recoverability, Reparability (ERRC) Code T. Interested companies must go through a source approval process. The qualification document and additional repair data can be obtained by contacting AFLCMC/EZGTP SO-E (Public Sales Office). The approximate issue date for this notice is July 10, 2023. The place of performance for this procurement is Tinker AFB, OK, USA. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 8017772211.
B-2_Keyboard_Data_Entry_5895-01-527-7727_PN160749-08-01
Buyer not available
Sources Sought DEPT OF DEFENSE is seeking prospective vendors for an engineering services effort regarding the B-2 Data Entry Panel (DEP). The B-2 DEP is a flight safety critical unit used for avionics monitoring and control capabilities. The unit is designed for nuclear environment operations and is in critical need of obsolescence resolution. The purpose of this effort includes the design, build, and qualification of support equipment for test and manufacturing of the DEP, as well as updating the Technical Data Package (TDP) to enable future procurement and repair. Potential vendors must be capable of evaluating proposed alternatives for long-term sustainment, maintaining LRU form, fit, and function, and meeting all current B-2 DEP P-Spec requirements. Northrop Grumman is currently the only known source with qualifications for this effort.
Repair of KC-135 Electronic Control Unit Assembly (ECUA)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of KC-135 Electronic Control Unit Assemblies (ECUAs) at Tinker Air Force Base in Oklahoma. The procurement requires contractors to adhere to stringent quality assurance protocols, including compliance with ISO 9001:2015 standards, and to develop plans addressing counterfeit prevention and supply chain risk management. This opportunity is critical for maintaining the operational readiness of military aircraft, ensuring that all repairs meet regulatory and safety standards. Interested contractors can reach out to Kristen Carter at kristen.carter@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further details, with proposals due by the specified deadline outlined in the solicitation documents.
Common Regulator Test Stands (CRTS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of three Common Regulator Test Stands (CRTS) to be delivered to Tinker Air Force Base in Oklahoma. This procurement is a sole source acquisition directed to Mission Systems Davenport, and it includes specific requirements for delivery, training, and compliance with various federal regulations. The solicitation emphasizes the importance of these test stands for aircraft maintenance and repair operations, ensuring that the Air Force can maintain operational readiness. Interested contractors must submit their quotes by April 18, 2025, and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
Buyer not available
Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.