Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
ID: FD20302501608Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8119 AFSC PZABCTINKER AFB, OK, 73145-3015, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)
Timeline
    Description

    The Department of Defense, through the Air Force Sustainment Center, is seeking contractors for a firm-fixed price indefinite-delivery requirements contract to repair the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW. The procurement involves comprehensive repair services, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore the Data Entry Keyboard to a serviceable condition, with specific requirements for minor and major repairs, handling of Beyond Economically Repairable units, and adherence to quality standards and government regulations. This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, emphasizing the importance of reliable and efficient repair services. Interested parties should submit their responses by January 4, 2026, and can contact Morgan Wallar Larsen at morgan.wallar_larsen@us.af.mil or 405-739-4476 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for repairing the DATA ENTRY KEYBOARD, NSN: 5895-01-527-7727FW. The contractor is responsible for disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore items to serviceable condition. Key requirements include minor and major repair definitions, handling of Beyond Economically Repairable (BER) units, Item Unique Identification (IUID) marking, and a comprehensive Counterfeit Prevention Plan. The PWS also details reporting requirements, quality program and inspection systems, procedures for condemnation candidates, and the use of special tools and support equipment. Additionally, it addresses nuclear hardness, parts control, lead-free electronics, ozone-depleting substances, delivery schedules, customer service, safety, and supply chain risk management. The document emphasizes strict adherence to technical data, quality standards, and government regulations.
    The Performance Work Statement (PWS) outlines requirements for the repair of the Data Entry Keyboard (NSN: 5895-01-527-7727FW) under a federal contract. Its primary objective is to ensure the procurement of a reliable service that includes disassembly, cleaning, inspection, maintenance, reassembly, testing, and quality assurance of the keyboards. Key responsibilities for the contractor involve adhering to technical standards, managing supply chain risks, and maintaining documentation for relevancy and compliance with government standards. The document specifies the contractor's obligations, such as marking repaired items with identification and item unique identification (IUID) numbers, reporting discrepancies, and resolving obsolescence issues. It includes detailed directions regarding quality management systems, inspection procedures, and handling of government property. Additionally, it outlines the contractor's requirements for managing counterfeit prevention processes and ensuring safety and health compliance throughout the contract's execution. Overall, the PWS serves to detail expected performance metrics and compliance standards critical to meeting government objectives in repairing and maintaining data entry keyboards effectively.
    Similar Opportunities
    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.
    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.
    Common Data Entry Electronic Unit (CDEEU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Common Data Entry Electronic Units (CDEEU) and associated components, primarily for F-16 aircraft, under solicitation FA8251-26-R-0002. The contractor will be responsible for testing and repairing various National Stock Number (NSN) items to a serviceable “A” condition, adhering to OEM specifications and ISO 9001-2015 quality standards, with deliveries expected to commence 30 to 60 days after receipt of assets. This procurement is critical for maintaining the operational readiness of F-16 avionics, ensuring that essential components are restored to functionality. Interested contractors should contact Piper Martin at piper.martin@us.af.mil or Jesse Baird at jesse.baird@us.af.mil for further details, and are encouraged to review the solicitation documents for specific requirements and deadlines.
    70--COMPUTER SUBASSEMBL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified vendors for the repair of a specific computer subassembly, identified by NSN 7021 016656549. The procurement involves the repair of two units of the part number FM06-HIDANPLUS-SYS104/3890AS004564-01, which must be conducted by approved sources General Atomics Co and RTD Embedded Technologies Inc, as suitable technical data and government rights are not available for alternative sources. This repair is critical for maintaining operational capabilities, and interested parties must submit their qualifications to the primary contact, Kimberly Flores, via email at kimberly.flores12.civ@us.navy.mil, within 15 days of this notice, with the anticipated award date set for December 2025.
    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.
    JOYSTICK,DATA ENTRY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of joystick data entry systems. This procurement involves the refurbishment and repair of Fly-By-Wire Submarine Flight Critical Components, which are essential for shipboard systems, ensuring operational reliability and safety. The contract will be awarded on a firm-fixed-price basis, with a desired delivery timeline of 180 days from the order date. Interested vendors should direct inquiries to Robert H. Langel at 717-605-3353 or via email at ROBERT.H.LANGEL.CIV@US.NAVY.MIL, and must comply with specific quality assurance and inspection requirements outlined in the solicitation.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.
    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-1B Interface Unit, Comm
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a new manufacture of the B-1B Interface Unit, Comm, identified by NSN: 5895-01-589-9678 EK. This firm-fixed-price contract is for an initial quantity of four units, with the possibility of quantity adjustments at the government's discretion, and is categorized under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The delivery of the units is required by March 31, 2026, and interested vendors must submit their offers electronically by January 2, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Lori Lumsden at lori.lumsden.1@us.af.mil.
    58--CONTROL PANEL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of control panels, particularly the control panel with NSN 5895-01-604-0257. The contractor will be responsible for ensuring that the items are repaired, tested, and inspected according to specified requirements, with a focus on returning them to a Ready for Issue (RFI) condition. This procurement is critical for maintaining operational readiness and reliability of naval equipment. Interested contractors should contact Svitlana Shvets at 215-697-6278 or via email at svitlana.shvets.civ@us.navy.mil for further details, with a required repair turnaround time of 237 days after receipt of the asset.