B-52J CERP Production Modification Kits & ICS
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 issuing a Presolicitation for the B-52J Commercial Engine Replacement Program (CERP) Production Modification Kits & Interim Contractor Support (ICS). This draft solicitation aims to award an Indefinite Delivery/Indefinite Quantity (ID/IQ) supply contract with incidental services for B-52 aircraft modernization. The program involves producing Kit Group A, B, and E, along with associated support, spares, support equipment, and data. Offers for this draft are due by May 1, 2026.
Scope of Work
The contract will cover the production of modification kits (Kit Group A, B, E) and Interim Contractor Support (ICS). Key requirements include Program/Manufacturing Management, Integrated Logistics Support, Field Service Representative (FSR) Support, Travel, Spare Parts, Peculiar Support Equipment, Production Tooling, Common Support Equipment, and Data. Work may also involve updates to Technical Data Packages (TDP) and Bills of Materials (BOM). First Article Testing is required for Lot 1 Kit Groups A, B, and E. The place of performance is S Coffeyville, OK.
Contract Details
- Type: Indefinite Delivery/Indefinite Quantity (ID/IQ)
- Duration: A contemplated 10-year performance period, including a Base Period (Years 1-4) and six Option Periods (Years 5-10).
- NAICS: 336411 (Aircraft Manufacturing) with a size standard of 1500 employees.
- Set-Aside: Not explicitly stated, but HUBZone preference is mentioned in Section L.
- Quality Assurance: Compliance with AS9100 or ISO 9001:2015 standards is required.
- Economic Price Adjustment (EPA): Clause included for certain CLINs (Lots 2-6) to account for fluctuations in metals and employment indices.
- Funding: Award is contingent upon fund availability as funds are not presently available.
Submission & Evaluation
- Offers Due: May 1, 2026, by 12:00 PM local time.
- Pricing: Bidders must use the DRAFT Pricing Matrix (Att11-Appendix_D) to submit proposed pricing, filling in yellow-highlighted cells and entering rates. Quantities are notional for evaluation purposes.
- Evaluation Factors: Detailed in Section M (Att13-Appendix_F).
- Controlled Document Access: Offerors must submit an approved DD Form 2345 and be registered on the Joint Certification Program (JCP) website (https://www.dla.mil/Logistics-Operations/Services/JCP/) to access technical data. Requests should be emailed to Ashley Brink (ashley.brink@us.af.mil) and Kacie Cram (kacie.cram@us.af.mil), with the DATA CUSTODIAN requesting access on SAM.gov. Allow 5 business days for processing.
Additional Notes
This is a DRAFT SOLICITATION (Presolicitation) and no proposals will be accepted at this time for final award. The Government intends to update Att8-SOW_Att7-BMU_Drawings and host an industry day, with details to be posted on SAM.gov. Industry questions regarding this draft can be submitted in writing via email to Ashley Brink (ashley.brink@us.af.mil) and Kacie Cram (kacie.cram@us.af.mil) by April 30, 2026. All questions will be answered on SAM.gov.