B-52H AN/ALQ-172 ECM System-25-00073

SOL #: FD20602500073-PZABBPre-SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8522 AFSC PZABB
ROBINS AFB, GA, 31098-1670, United States

Place of Performance

Warner Robins, GA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 2, 2026
2
Response Deadline
Mar 18, 2026, 7:30 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 Department of the Air Force (AFSC/PZABB) has issued a Presolicitation for the B-52H AN/ALQ-172 Electronic Countermeasures (ECM) System repair services. This is a follow-on sole source requirement intended for L3 Harris Technologies (CAGE: 28527), as the Original Equipment Manufacturer (OEM) holds proprietary technical data essential for these military-unique repairs. This notice is not a request for competitive proposals.

Scope of Work

The requirement covers accurate repair services for components of the AN/ALQ-172 ECM System, including Radio Frequency (RF), digital, and mixed signal Shop Replaceable Units (SRUs). Services encompass testing, tear down, evaluation, engineering, production, and technical data to ensure the B-52H aircraft remain operable. The scope includes maintaining defined workflows, accurate repairs, and meeting Turn Around Times (TAT) for routine, SURGE, and MICAP requirements. Repairs must meet stringent specifications such as the Prime Item Functional Specification, Critical Item Developmental Specification, Block Cycle 8 Operational Flight Program (OFP) Requirements, and B-52H interface control documents. Key National Stock Numbers (NSNs) for repair include various Backplane Assemblies, Transmitters, Control Indicators, Spectrum Analyzers, Oscilloscopes, and Cable Assemblies.

Contract & Timeline

  • Opportunity Type: Presolicitation (Notice of Proposed Contract Action)
  • Contract Type: Firm Fixed Price (FFP) and Cost Reimbursement No Fee (CRNF)
  • Period of Performance: Five (1) year ordering periods (total of 5 years).
  • Set-Aside: None (Sole Source)
  • Sole Source Justification: Pursuant to 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, citing L3 Harris's ownership of required technical data.
  • Place of Performance: L3Harris Technologies INC., 77 River Road, Clifton, NJ 07014.
  • Questions Due: March 18, 2026, 7:30 PM ET.

Performance Standards & Requirements

The contractor will be responsible for maintaining high quality, with metrics including no more than one (1) PQDR/QDR per contract year and timely delivery (no more than one late delivery per quarter). Production reporting in CAV-AF is required, along with monthly production reports and an annual Government Property Inventory Report. Deliverables must meet quality standards, with limited rejections. The contract value exceeds $1,000,000, requiring Contractor Performance Assessment Reporting System (CPARS) reporting.

Special Requirements

Key requirements include compliance with FAR 52.246-11 and ISO 9001:2000/ANSI/ASQC Q92 standards for the Quality Program, a comprehensive Supply Chain Risk Management (SCRM) Plan (covering Continuity of Operations, Foreign Influence, and Cybersecurity), and adherence to various DoD security regulations. Packaging and marking must comply with MIL-STD-2073-1 and MIL-STD-129, including Wood Packaging Material (WPM) regulations. Item Unique Identification (IUID) is required, and the contractor must maintain a counterfeit electronic part detection and avoidance system. Transportation data, including F.O.B. terms and specific ship-to locations, is detailed.

Response Information

This notice is not a request for competitive proposals. The Government will not be responsible for any costs incurred by interested parties responding to this synopsis. All questions and concerns must be submitted in writing via e-mail to the listed points of contact.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Mar 2, 2026
B-52H AN/ALQ-172 ECM System-25-00073 | GovScope