B-52 Electronic Amplifier
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 U.S. Air Force (422nd SCMS) is conducting market research through a Sources Sought Synopsis for the repair of B-52 Electronic Amplifiers (NSN: 5996-01-384-9562, P/N: URA0240 L-400). This effort aims to identify potential sources and determine if the requirement can be competitive or set aside for small businesses. Responses are due May 30, 2026.
Scope of Work
The government seeks contractors capable of providing all necessary labor, materials, facilities, and equipment for the repair, testing, preservation, packaging, and return of serviceable B-52 Electronic Amplifier units. This includes comprehensive supply chain management, logistics, parts forecasting, long-lead parts procurement, reparable forecasting, and addressing obsolescence issues. The estimated repair requirement is for 8 units initially, with two options for an additional 8 units each (BASIC - 8 EA, OPT 1 - 8 EA, OPT 2 - 8 EA).
Technical Data & Qualification
The government does not possess associated technical data for this requirement, meaning potential sources may need to independently acquire necessary technical data. To support this, attachments provide guidance on obtaining engineering drawings (via VER_9_1_PubSalesForm_Rev9_20240802.xlsx, with fees and DD2345 certification required) and Technical Orders (via TO PUBLIC SALES FACT SHEET, with specific procedures for solicitations and fees). Interested sources must complete a Source Approval Request (SAR) package as specified in the "Repair/Remanufacture Qualification Requirements for Commodity Critical Safety and Critical Application Items" (RQR-848). This SAR process involves submitting detailed technical information to the AFSC Small Business Office for Engineering Support Activity (ESA) approval.
Contract & Timeline
This is a Sources Sought notice for market research purposes only; it is not a solicitation, and no contract will be awarded from this notice.
- NAICS Code: 336413 (Aircraft Manufacturing) with a size standard of 1250 employees.
- Response Due: May 30, 2026, by 8:00 PM ET.
- Published: May 1, 2026.
Eligibility & Submission
The Air Force is interested in all potential sources, including Large Businesses, Small Businesses, Small Disadvantaged Businesses (8(a)s), Service-Disabled Veteran-Owned Small Businesses, HUBZone Businesses, and Women-Owned Small Businesses. To be considered, interested vendors must:
- Select "ADD ME TO INTERESTED VENDORS" on the SAM.gov notice.
- Submit Part I Business Information to the contact email provided in the SSS.
- Complete and submit a Source Approval Request (SAR) package as outlined in RQR-848 to the AFSC Small Business Office.
Additional Notes
The primary place of performance is Tinker AFB, OK 73145 USA. Oral submissions are not acceptable. Questions regarding the Tinker SAR Process should be directed to the AFSC Small Business Office.