Amendment- 08 B-1 Nose Radome Repair and New Buy - Final RFP ( Updated)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force has issued a Final Request for Proposal (RFP) for the repair and new buy of B-1 Nose Radomes and associated Antenna Assemblies. This solicitation, identified as Amendment-08, extends the proposal due date to April 30, 2026. The effort involves comprehensive maintenance, engineering, and supply chain management for critical airframe structural components.
Scope of Work
The contract requires the repair, overhaul, and potential new manufacture of B-1 Nose Radomes (NSN 1560-01-259-6044, P/N L3050242-051) and Antenna Assemblies. Services include disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to return items to serviceable condition. Key aspects involve:
- Non-Recurring Engineering (NRE) for updated test setups and software.
- Teardown, Test, and Evaluate (TT&E) to categorize assets (No Fault Found, Repairable, Beyond Economic Repair).
- Three levels of repair (Level I, II, III) for radomes.
- Management of "Over and Above Work" with Government approval.
- Repair and calibration of Special Test Equipment (STE).
- Compliance with Commercial Asset Visibility Air Force (CAVAF) requirements.
- Item Unique Identification (IUID) marking for end items per MIL-STD-130.
- Quality acceptance inspections performed by DCMA.
- Development of a Production Surge Plan and a Counterfeit Prevention Plan.
- Adherence to OPSEC and Controlled Unclassified Information (CUI) handling.
Contract & Timeline
- Type: Solicitation (RFP)
- Product Service Code: 1560 (Airframe Structural Components)
- Set-Aside: None specified.
- Response Due: April 30, 2026, 8:00 PM EDT.
- Published: March 13, 2026.
- Anticipated Duration: Base year plus four option years, as indicated by the pricing matrix.
Key Requirements & Deliverables
- Pre-award Qualification: Required for Critical Application Items (CAI) or Critical Safety Items (CSI) managed by the 848th Supply Chain Management Group.
- First Article: Submission and testing are mandatory.
- Material Specifications: Radome material must be from Hexcel Corporation (AQII 581 38" F650) per specification LB0130-125; no substitutions are permitted.
- Packaging: Strict compliance with MIL-STD-2073-1, MIL-STD-129, Wood Packaging Material (WPM) regulations, and specific instructions for Radome (MIL-STD-2073, Method 10).
- Quality Systems: Contractors must maintain ISO9001, AS9100, and NADCAP approval for special processes.
- Data Deliverables (CDRLs): An extensive list of data items is required, including calibration certificates, CAV reports, certificates of compliance, material certifications, engineering change proposals, government property inventory reports, production reports, status reports, and test/inspection reports.
- Personnel: Specific minimum personnel skills and grades are outlined, including Aircraft Mechanics, Quality Control Inspectors, and Production Control Clerks.
- Government Furnished Property (GFP): Management and reporting of GFP are required.
Place of Performance
The primary place of performance is indicated as S Coffeyville, OK, with work likely conducted at the contractor's facility.
Contact Information
For inquiries, contact Mark C. Green at mark.green.29@us.af.mil or 405-734-8487.