B-52H Component Analysis
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 conducting market research through a Sources Sought notice for B-52H Component Analysis. This effort seeks to identify qualified sources capable of providing in-depth technical assessments of Line Replaceable Units (LRUs) on the B-52H platform. The primary goal is to enhance supportability, resolve material availability issues, and mitigate obsolescence risks for these critical components. Responses are due by October 31, 2025.
Scope of Work
This market research seeks capabilities for:
- Conducting in-depth technical assessments of specified B-52H LRUs (e.g., Constant Speed Drives, Generators, Voltage Regulators, Transformers, Air Cycle Machines).
- Developing solutions for material availability challenges, including Diminishing Manufacturing Sources (DMS).
- Establishing long-term sourcing strategies.
- Performing data analysis based on engineering evaluations.
- Addressing obsolete component issues and proposing mitigation steps.
- Providing a Technical Report-Study detailing weapon system configuration, system overview, findings, and recommendations.
- Performing Qualification/Endurance testing on units like Generator/CSD for at least 1,500 hours, including extreme temperature testing.
- Conducting teardown and failure analysis of tested units.
- Offering recommendations for improving existing designs and redesign options.
- Executing minimum procedures such as unit teardown, component measurements, and Root Cause Corrective Action (RCCA) analysis.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Not applicable for this Sources Sought; both large and small businesses are encouraged to participate. Respondents are asked to identify areas suitable for Small Business set-aside.
- Response Due: October 31, 2025
- Published: January 20, 2026
- Place of Performance: S Coffeyville, OK, United States
Submission & Evaluation
Interested parties should submit documentation supporting their company's capabilities. If experience is lacking, explain how it will be overcome (e.g., teaming, subcontracting). All submissions will be reviewed in accordance with FAR Part 19 procedures to determine potential small business participation and overall industry capabilities.
Additional Notes
This notice is for planning purposes only and does not guarantee a future solicitation or contract award. The government will not reimburse participants for any expenses incurred. The government may provide additional technical data upon request and will transfer ownership of failed units to the contractor for analysis at no cost. Questions should be directed to Jacob Booth.