B-1 Cabin Pressure Tester
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 (AFSC/PZIMB), located at Tinker Air Force Base, is soliciting quotes for the procurement of two (2) Diesel-Powered Cabin Pressure Testers (CPTs), specifically designed and certified for use on B-1 aircraft. These testers are needed to replace existing equipment and measure pressure leaks, ensuring operational ability. This is a 100% Small Business Set-Aside with a firm-fixed-price contract. Quotations are due by May 11, 2026, at 3:00 PM CDT.
Scope of Work
This acquisition aims to replace existing, obsolete, and unreliable equipment used for measuring pressure leaks in B-1 aircraft cabins. The goal is to improve B-1 aircraft maintainability and safety by providing reliable equipment, reducing downtime and maintenance costs. The primary item is a "Tester, Cabin Leakage, Diesel, 2000CFM" (Part Number: 99421-100).
Key Requirements
- Procurement of two (2) Diesel-Powered Cabin Pressure Testers (PN: 99421-100).
- CPTs must be specifically designed and certified for use on B-1 aircraft and manufactured with new or unused components.
- Testers must perform reliable leak tests, accurately pressurize the B-1 cabin, and precisely measure leakage rates as per B-1 Technical Orders.
- Compatibility with B-1 aircraft's current pressure system, including existing test ports and fittings; necessary adapters must be provided.
- CPTs must meet all applicable safety standards and certifications.
- Portability requirements: not exceeding 4ft x 3ft x 2ft and 150 lbs; lockable wheels if applicable.
- Required support documentation includes user manuals, parts breakdowns, maintenance literature, system check procedures, and calibration certificates (two paper copies and digital version).
- Vendors must be authorized to perform repairs on the proprietary equipment.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Set-Aside: 100% Small Business Set Aside.
- Product Service Code (PSC): 1680 (Miscellaneous Aircraft Accessories And Components).
- NAICS Code: 336413.
- Period of Performance: 48 weeks After Receipt of Order (ARO). Delivery is due on or before March 29, 2027.
- Place of Performance: S Coffeyville, OK.
Submission & Evaluation
- Quotations Due: May 11, 2026, at 3:00 PM, Tinker AFB OK Central Daylight Time (CDT).
- Submission Method: Emailed quotations are preferred.
- Required Submission Items: "Wet" signed and dated page 2, filled-in pricing and proposed delivery date on page 2, completed Unit Pricing on page 3, and a company quotation sheet. Proposals must include a written statement explaining how technical criteria are met; "I concur" is not sufficient.
- Evaluation: Award will be made to the technically acceptable vendor with the lowest evaluated price (Lowest Price Technically Acceptable - LPTA). Technical acceptability is a minimum requirement.
- Eligibility: Vendors must be registered in the System for Award Management (SAM) database.
Contact Information
Primary contact for this solicitation is Shanita Manuel at shanita.manuel@us.af.mil.