B-2 Main Landing Gear Wheel Assembly
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 Defense, Defense Logistics Agency (DLA) Aviation at Ogden, UT, has issued a combined Request for Information (RFI) and Synopsis for a B-2 Main Landing Gear Wheel Assembly (NSN: 1630012628315, P/N: DAA3222P506-103). This notice serves as market research to identify capable sources and potential commercial items. Responses are due April 8, 2026.
Purpose & Scope
This RFI/Synopsis aims to conduct market research to identify sources capable of satisfying the agency's requirement for 29 units of the B-2 Main Landing Gear Wheel Assembly. It also seeks to determine the availability of commercial or non-developmental items and improve small business access to acquisition information. This is not a Request for Proposal (RFP) and does not commit the Government to a contract or payment for information submitted.
Key Requirements & Qualification
The opportunity is for a Wheel Assembly, AIRC, with an estimated quantity of 29 EA, destination SW3210, and an estimated delivery schedule to be determined (TBD).
The Manufacturing Qualification Requirements (MQR.pdf) document outlines a rigorous qualification process for potential suppliers:
- Prequalification Notice: Offerors must notify the government of their intent to qualify.
- Capabilities: Certification of access to necessary facilities, equipment, tooling, and personnel for manufacturing, inspection, testing, packaging, and storage.
- Data & Process Verification: Verification of a complete data package and manufacturing to government requirements and ESA-approved technical data, including Unique Identification (UID) compliance. Evidence of quality, performance, and environmental evaluations is required, along with a management process for Critical Safety Items (CSIs).
- Test & Evaluation: Submission of a qualification test plan and report at the offeror's expense. The government reserves the right to inspect testing.
- Qualification Article: Provision of a pre-contract award qualification article for evaluation.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information
- Set-Aside: Not expected to be set-aside for small businesses. The requirement is based on 10 U.S.C. 2304(c)(1) (sole source/limited sources).
- Response Due: April 8, 2026, 05:59 AM EST
- Published Date: March 23, 2026
- Qualification Cost/Time: Estimated $2,404,000 for testing/evaluation, with an estimated 365 days for the qualification effort.
Additional Notes
Small businesses interested in subcontracting opportunities are suggested to contact Honeywell International (CAGE 55284). While the Government is not planning to use Part 12 (Acquisition of Commercial Items), interested parties may identify their capability to satisfy the requirement with a commercial item within 15 days of this notice. All responsible sources may submit a capability statement, proposal, or quotation for consideration. One or more items are subject to Free Trade Agreements.
Contact Information
For inquiries, contact Justin Rogers at justin.rogers.28@us.af.mil.