B-2_Keyboard_Data_Entry_5895-01-527-7727_PN160749-08-01
ID: B-2_Keyboard_Data_Entry_5895-01-527-7727_Pn160749-08-01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8122 AFSC PZAABTINKER AFB, OK, 73145-3303, USA

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)
Timeline
  1. 1
    Posted Oct 25, 2023, 2:58 PM UTC
  2. 2
    Updated Oct 25, 2023, 2:58 PM UTC
  3. 3
    Due Oct 25, 2025, 5:00 AM UTC
Description

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.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
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.
B2 Integrated Drive Generator (NSN: 6615-01-265-2872)
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking sources capable of providing repair and overhaul services for the B2 Integrated Drive Generator (NSN: 6615-01-265-2872). 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 options outlined. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft components. Interested vendors must submit a Source Approval Request (SAR) package to qualify, and responses should be directed 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.
B-2 ZSR-63 BAND2 Antenna, LH Lower 5895-01-303-4582 DAA3393P003-115
Buyer not available
Sources Sought DEPT OF DEFENSE is seeking potential vendors for an engineering services effort regarding the B-2 ZSR Band 2 Antenna, LH Lower. This antenna is part of the B-2 DMS subsystem for receive and transmit functions and forms a portion of the outer mold line. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. Potential vendors must be capable of evaluating the BOM, identifying obsolete parts and materials, proposing alternatives for long-term sustainment, and meeting all existing specification requirements. Northrop Grumman is currently the only known source with qualifications for this effort. Vendors must demonstrate capabilities in low observable applications, B-2 aircraft antenna repair and manufacturing, B-2 aircraft integration and environmental testing, and maintaining a quality system. Small businesses may be eligible for a set-aside portion of the requirement.
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.
B-2 ZSR-63 Band 2 Antenna RH Upper NSN 5985-01-376-1503 P/N DAA3393P003-114
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking potential vendors for an engineering services effort regarding the B-2 ZSR Band 2 Antenna, RH Upper. This antenna is part of the B-2 DMS subsystem for receive and transmit functions and forms a portion of the outer mold line. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. Potential vendors must be capable of evaluating the BOM, identifying obsolete parts and materials, proposing alternatives for long-term sustainment, maintaining LRU form, fit, and function, meeting specification requirements, addressing testing requirements, and developing a Technical Data Package. Northrop Grumman is currently the only known source with qualifications for this effort. Vendors must demonstrate capabilities and past performance in low observable applications, B-2 aircraft antenna repair and manufacturing, B-2 aircraft integration and environmental testing, maintaining a quality system, and meeting security clearance requirements. Small businesses may be eligible for a set-aside portion of the requirement. Large businesses should submit subcontracting opportunities for small businesses.
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.
Repair of B-2 Dimmer Switch, B-2 Lamp Control, B-1 Transformer Rectifier, B-1 CCA
Buyer not available
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.
16--Procurement of 20 each Diplexer. (01-534-2170)
Buyer not available
Sources Sought Notice: The Department of Defense, specifically the Department of the Navy, through the NAVSUP Weapon Systems Support office, is seeking eligible contractors to manufacture 20 Diplexers. A Diplexer is an aerospace craft component used to combine or separate different frequency bands within a single device. The Government does not possess the necessary data to manufacture the item and intends to solicit and negotiate with only one source or a limited number of responsible sources. All responsible sources may express their interest and provide capability statements in response to this notice. The Government will consider all proposals received within 15 days after the publication of this notice. Only approved sources will be solicited, and source approval may be required.
F-16 Power Distribution Panel NSN 6110-01-591-3036 PN 16E2503-867
Buyer not available
Sources Sought DEPT OF DEFENSE F-16 Power Distribution Panel NSN 6110-01-591-3036 PN 16E2503-867: The Department of the Air Force is seeking sources for the manufacture of a Power Distribution Panel for the F-16 aircraft. This panel is used for electrical control and distribution within the aircraft. The panel has a National Stock Number (NSN) of 6110-01-591-3036 and a Part Number (P/N) of 16E2503-867. The panel falls under the category of Spares and is intended for use in the F-16 application. Interested companies must go through a source approval process and meet the Engineering Data/Manufacturing Qualification Requirements. The approximate issue date for this requirement is Dec 14 2023. For more information, please contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211.
12--PANEL,INDICATOR, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking to procure four units of a specialized indicator panel (NSN 7H-1290-014382607) for repair and modification purposes. This procurement is critical as the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources, and reverse engineering the part is also deemed uneconomical. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, with the primary contact for inquiries being Christian D. Spangenberg at (717) 605-5192 or via email at CHRISTIAN.SPANGENBERG@NAVY.MIL. This opportunity is set aside for small businesses under the SBA guidelines, and proposals will be considered for a contract action that intends to negotiate with only one source.