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
    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
    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.
    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.
    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.
    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
    Similar Opportunities
    B-1 Multi Functional Display
    Dept Of Defense
    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.
    Remanufacture of F110 Transducer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the remanufacture of the F110 Transducer (P/N: 8524-0102, NSN: 6695-01-363-3031) at Tinker Air Force Base in Oklahoma. The procurement requires contractors to provide all necessary labor, materials, facilities, and equipment for the repair, testing, preservation, and packaging of the transducer, ensuring it is returned to the government in like-new condition. This effort is crucial for maintaining operational readiness and support for aircraft systems, and the government is open to all business types, including small business classifications, to foster competition. Interested parties must submit a Source Approval Request (SAR) package, including company details and business size classification, to the designated contacts by the specified deadline, as no contract will be awarded based on this market research.
    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.
    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.
    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.
    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.
    Solicitation for repair of B-2 Disk Drive Unit (DDU)
    Dept Of Defense
    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.
    Requirements Projections On the Web (RPOW) FALL 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.