B-1B AN/ALQ-161 Band 8 Driver/Transmitter
ID: SPRWA1-25-R-0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT WARNER ROBINS, GAROBINS A F B, GA, 31098-1813, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is soliciting a sole source contract for the B-1B AN/ALQ-161 Band 8 Driver/Transmitter from Northrop Grumman Corp. The procurement involves the remanufacturing of up to 153 units over a three-year period, with specific delivery quantities outlined for each year, and includes various data deliverables such as a Counterfeit Prevention Plan and Test Procedures. This equipment is critical for enhancing the jamming capabilities of B-1B aircraft, thereby supporting U.S. Air Force defense operations. Interested parties may submit proposals within 45 days of the notice, and inquiries can be directed to Victor Henderson at victor.henderson.2@us.af.mil or April Walls at april.walls@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines transportation data in connection with federal procurement under Purchase Instrument FD20602300964-01, initiated on December 20, 2024. It specifies the F.O.B. (Free on Board) terms and outlines pertinent clauses, documentation, and contact information for the Defense Contract Management Agency (DCMA) Transportation Office. Vendors are instructed to request shipping instructions before moving freight, particularly for DCMA-administered contracts, to avoid unnecessary costs. Shipping details include specific line items and shipping addresses to DLA Distribution Warner Robins, Georgia. Contact information for the responsible government official, Darrick D. Hogan from the 406 SCMS, is also provided. The document emphasizes compliance with regulatory clearances and accurate reimbursements linked to transportation funding, reinforcing the necessity of adhering to federal guidelines for successful transportation logistics in government contracts.
    The document outlines packaging requirements under the purchase instrument number FD20602300964-01, emphasizing compliance with United Nations restrictions on wood packaging material (WPM) to prevent invasive species. It defines WPM and specifies construction requirements, including the use of debarked wood and heat treatment to meet phytosanitary standards. Various military packaging and marking standards (MIL-STD-2073-1 and MIL-STD-129) are referenced to ensure proper shipping and storage marking practices. The document details marking criteria for shipping containers, which include compliance with additional barcoding or marking requirements as specified on the AFMC Form 158. Contact information for the packaging specialist is also provided. This summary serves to communicate the importance of adhering to military and international standards, ensuring compliance with regulations concerning wood packaging in global trade. Overall, the document aims to maintain environmental integrity through stringent packaging protocols.
    The document presents an overview of federal and state RFPs (Requests for Proposals) and associated grant opportunities aimed at encouraging collaboration and innovation among government agencies and stakeholders. It outlines the strategic objectives of funding initiatives, emphasizing the need to address pressing social issues through comprehensive project proposals. The key themes include the promotion of partnerships in public service, the necessity for competitive and transparent bidding processes, and the expectation of measurable outcomes from funded projects. Additionally, guidelines for applicants are highlighted, such as the requirement for detailed budgets and timelines to ensure accountability and effective resource allocation. This initiative reflects the government's commitment to leveraging external expertise to fulfill community needs while adhering to rigorous evaluation processes. Overall, the document serves as a vital resource for prospective applicants seeking to navigate the framework of federal and state funding opportunities.
    The document outlines the Performance Work Statement (PWS) for the Phase II Production of the B-1B AN/ALQ-161A Defensive Avionics System (DAS). Managed by the 408th Supply Chain Management Squadron, this phase aims to restore the Band 8 jamming capability for B-1B aircraft through the remanufacturing of Driver/Transmitter units. The contractor is tasked with producing up to 153 units by remanufacturing existing serviceable equipment, managing both hardware deliverables and adherence to security protocols throughout the process. Key requirements include maintaining a robust security framework to protect classified and unclassified information, conducting acceptance testing at the contractor facility, and ensuring quality assurance measures are in place for all hardware components. The document also emphasizes the necessity of government-furnished equipment, diligent property management, and compliance with export regulations. Regular status reports and program management reviews are mandated to track progress, risks, and funding usage. Overall, this PWS conveys the stringent operational, security, and managerial standards required for the successful production and delivery of critical avionics technology to support the U.S. Air Force's defense capabilities.
    The document presents pricing matrices for two federal RFPs (SPRWA1-17-R-SAMP and SPRWA1-25-R-0003), outlining required pricing structures for various NSNs (National Stock Numbers) associated with specific contract line items (CLINs). Each CLIN includes detailed quantity ranges and associated unit prices for multiple pricing periods, spanning from the date of award through 60 months. The pricing data specifies different price tiers based on quantity, indicating expected costs for unit orders ranging from minimum to maximum quantities. For RFP SPRWA1-17-R-SAMP, the subtotal values for unit pricing demonstrate an incremental increase across quantity ranges, with total estimated costs clearly outlined. Similarly, RFP SPRWA1-25-R-0003 includes placeholders for unit prices, emphasizing the need for offerors to provide complete pricing data for all requested quantities. Important notes clarify that failure to adhere to the prescribed format or provide pricing for all quantities may lead to ineligibility for contract awards. The matrices serve to facilitate transparency, allowing evaluators to assess pricing accuracy alongside the bidding process within the framework established by federal procurement regulations.
    The document is a Request for Proposal (RFP) for the manufacture of an identified National Stock Number (NSN) item, specifically related to Contract SPE4AX-18-D-9443. It outlines acquisition details, including the solicitation number, issue date, and qualifying small business categories. The RFP sets a three-year performance period, divided into three twelve-month ordering/pricing periods, with specific instructions on pricing submission, including the necessity of a bidding matrix and a proposal adequacy checklist. The contractor must comply with quality standards like ISO 9001 and the Buy American Act. Additionally, various requirements regarding subcontracting plans, pricing structures, and mandatory compliance with FAR and DFARS guidelines are included. The RFP also emphasizes that contractors need to detail their cost structures, including direct and indirect costs, and clarify their proposed methodologies for estimating and justifying costs. This initiative aims to engage contractors in competitive bidding while ensuring adherence to federal procurement regulations and standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    SYNOPSIS N0038325PR0R741
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    F-16 Multiplier Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for a Multiplier Assembly (NSN: 1270-01-343-8506) intended for Foreign Military Sales (FMS) customers. This procurement requires qualified sources, specifically Northrop Grumman and Spectrum Microwave, and includes stipulations for quantity range pricing, a First Article Test Report (FATR), and a First Article (FA) requirement with a delivery timeline of 180 days. The contract emphasizes compliance with military packaging standards and various defense regulations, including the Buy American Act and ITAR. Interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil, with the solicitation due by December 22, 2025.
    59--WAVEFORM GENERATOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure 75 units of a waveform generator, identified by NSN 0O-5998-LLH7F2388, from Lockheed Martin Corp. This procurement is governed by specific source control requirements, indicating that the part must be acquired from the approved source due to the lack of available technical data or manufacturing knowledge for alternative sources. The contract is set to be negotiated with only one source under FAR 6.302-1, and interested parties have 45 days to express their interest or submit proposals, with the primary contact for inquiries being James Fleniken at (614) 693-0847 or via email at JAMES.FLENIKEN@DLA.MIL.
    SYNOPSIS, P/N: 001-008702-1001-E1, LSPR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific part, P/N: 001-008702-1001-E1, from Northrop Grumman Systems Corp, the sole source provider. The procurement involves the repair of six units of NSN: 5865LLF02N021, which are critical for electronic countermeasures and related capabilities, and no alternative sources are currently approved to provide this service. Interested parties may submit capability statements or proposals within 30 days of this notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    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.
    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.
    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.
    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.
    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.