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 is soliciting proposals for a sole source spares buy contract for B-2 Relay Assemblies (NSN: 5945-01-442-4318FW). This opportunity is a Small Business Set-Aside. Proposals are due May 14, 2026, by 3:00 PM CST.
Scope of Work
This solicitation is for the procurement of four (4) B-2 Relay Assemblies, specifically part number DAA3233A037-165, described as a "RELAY PANEL #3 BOARD ASSEMBLY." The assembly is an "ELEROMAGNETIC RELAY OF ESD SENSITIVITY TO THE ELETRONIC CONTROL PANEL" containing various electronic components. Higher Level Contract Quality Requirements apply, mandating compliance with ISO 9001-2015. Both Government or Commercial Surplus are acceptable, and Item Unique Identification (IUID) is required.
Contract Details
- Type: Sole Source Spares Buy (implied Firm Fixed Price)
- Set-Aside: Small Business
- NAICS: 336413 (Size Standard: 1,250 employees)
- Quantity: 4 units
- Inspection & Acceptance: At Origin
- Delivery: Required by August 30, 2027 (early delivery acceptable)
- Place of Performance: S Coffeyville, OK
Submission & Evaluation
- Proposal Due: May 14, 2026, 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: Primarily based on "Price or Cost."
Key Requirements
- Packaging: Bidders must adhere to specific packaging requirements, including MIL-STD-129 and MIL-STD-2073-1, and comply with UN restrictions on Wood Packaging Material (WPM) (ISPM 15 standards). Unit pack specifications are provided.
- Transportation: DD Form 1653 outlines transportation details, recommending F.O.B. Origin. Bidders must coordinate shipping instructions with DCMA Transportation for "DCMA Administered" contracts, utilizing the SIR eTool System.
Contacts
- Primary: Caleb Taylor (caleb.taylor.8@us.af.mil)
- Secondary: Jonathan Payne (jonathan.payne.11@us.af.mil)
- Also listed: Jaclyn Christensen (jaclyn.christensen@us.af.mil)