B-2 Relay Assembly NSN: 5945-01-442-4318FW
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, specifically AFSC PZABC, is soliciting proposals for a sole source spares buy of B-2 Relay Assemblies (NSN: 5945-01-442-4318FW). This acquisition is a Small Business set-aside. Proposals are due by April 11, 2026, at 3:00 PM CST.
Scope of Work
This solicitation is for the procurement of 4 units of the B-2 Relay Assembly, part number DAA3233A037-165, described as a "RELAY PANEL #3 BOARD ASSEMBLY" and an "ELEROMAGNETIC RELAY OF ESD SENSITIVITY TO THE ELETRONIC CONTROL PANEL." The assembly contains various electronic components. Government or Commercial Surplus is acceptable. IUID (Item Unique Identification) is required.
Contract Details
- Contract Type: Solicitation (implied Firm Fixed Price)
- Set-Aside: Small Business
- NAICS Code: 336413 (Aircraft Manufacturing) with a 1,250 employee size standard
- Quantity: 4 units
- Quality Requirements: Compliance with ISO 9001-2015
- Inspection & Acceptance: At Origin
- Delivery: Required by August 30, 2027; early delivery is acceptable.
- Place of Performance: S Coffeyville, OK, United States
Submission & Evaluation
- Proposal Due Date: April 11, 2026, by 3:00 PM CST
- Submission Method: Electronically via email to Jaclyn Christensen (jaclyn.christensen@us.af.mil), Caleb Taylor (caleb.taylor.8@us.af.mil), and Jonathan Payne (jonathan.payne.11@us.af.mil).
- Evaluation Criteria: Primarily based on Price or Cost.
Logistics & Packaging
Bidders must adhere to specific packaging and transportation requirements:
- Packaging: Compliance with MIL-STD-129 and MIL-STD-2073-1, including United Nations restrictions on wood packaging material (WPM) (ISPM 15 standards) requiring heat treatment or debarking. Unit pack specifications are provided (Weight: 10.50, Length: 21.0, Width: 15.0, Depth: 9.5, Cube: 1.731).
- Transportation: F.O.B. terms are recommended as "Origin." Bidders must coordinate shipping instructions with DCMA Transportation using the SIR eTool System to avoid vendor expenditures. The primary ship-to destination is DLA DISTRIBUTION DEPOT OKLAHOMA, TINKER AFB, OK (DoDAAC SW3211).
Contacts
- Primary: Jaclyn Christensen (jaclyn.christensen@us.af.mil)
- Secondary: Jonathan Payne (jonathan.payne.11@us.af.mil)