B-2 Supply Chain Velocity Initiative

SOL #: SSS6MAY2026Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8110 AFLCMC WBK-2 B-2
TINKER AFB, OK, 73145-8758, United States

Place of Performance

S Coffeyville, OK

NAICS

No NAICS code specified

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
May 6, 2026
2
Response Deadline
May 11, 2026, 2:00 PM

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 Air Force Life Cycle Management Center (AFLCMC) is conducting market research through a Sources Sought Synopsis for a B-2 Supply Chain Velocity Initiative. The goal is to identify a neutral, program-controlled integrator to address parts obsolescence and regenerate the B-2 Spirit bomber supply chain through reverse engineering and technical data package (TDP) development. Responses are due by April 30, 2026, at 5:00 PM CT.

Purpose & Scope

This effort seeks to establish a Government-owned library of technical data by acquiring data rights and developing TDPs for obsolete or unavailable B-2 components. The selected integrator will manage a new, government-controlled sustainment enterprise, focusing on low-density strategic aircraft fleets.

Key Requirements

  • Program Management: Serve as the prime integrator for the B-2 Supply Chain Regeneration effort.
  • Reverse Engineering: Develop complete, producible, and Government-owned Level 3 TDPs for military avionics and structural components.
  • Data Rights Acquisition: Negotiate and acquire technical data and intellectual property rights from OEMs to secure Unlimited Rights for the Government.
  • Supplier Network Management: Establish, qualify, and manage a "hub-and-spoke" industrial model.
  • Airworthiness Qualification: Manage the submission and approval process for newly developed parts and data.

Eligibility & Restrictions

Respondents must be established defense contractors with demonstrated integration experience for low-density, high-demand, aging strategic military aircraft. They must possess extensive in-house reverse engineering expertise and specialized SAP-cleared facilities capable of accommodating multiple large-body aircraft. Due to Organizational Conflicts of Interest (OCI), B-2 Original Equipment Manufacturers (OEMs) and their primary mission-system affiliates shall NOT respond.

Submission Details

  • Response Due: April 30, 2026, at 5:00 PM CT.
  • Format: Capability statements limited to 10 pages, single-spaced, 12-point Times New Roman font.
  • Content: Include company name, address, CAGE code, and Unique Entity ID. Submissions must be unclassified.
  • Note: Pricing information is not requested. The Government will not reimburse participants for response expenses.

Contact Information

For inquiries, contact Garrett Chase at garrett.chase@us.af.mil or 405-739-7185.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: May 6, 2026
B-2 Supply Chain Velocity Initiative | GovScope