P26-078 Ultrasonic Transducers
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 United States Air Force (USAF), specifically FA8132 AFSC PZIMC, is conducting a Sources Sought market survey to identify potential sources for the qualification and production of P26-078 Ultrasonic Transducers. This effort aims to gather information on industry capabilities to meet specific technical requirements. Responses are due by close of business on May 27, 2026.
Scope of Work
The government is seeking information on capabilities to produce or repair specific Ultrasonic Transducers. Key requirements include:
- Quantity: Three (3) units of Harisonic I31006-T, UTX IX-139, TLC IS1010GA transducer or Equal.
- Quantity: Three (3) units of Harisonic I70512T, UTX IX-141, TLC IX0519GB transducer or Equal.
- Equal Item Requirement: Any "Equal" items proposed must have approval documentation from CFM International (CFMI).
- Standards Compliance: Transducers must meet GE and CFMI standards. The anticipated place of performance is S Coffeyville, OK 73145, United States.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (open to both large and small businesses, including joint ventures or teaming arrangements).
- Response Due: May 27, 2026 (Close of Business)
- Published: May 07, 2026
Submission & Evaluation
Interested parties should provide documentation supporting their company's capability to meet these requirements. If lacking experience in a particular area, respondents should explain how this will be overcome (e.g., teaming, subcontracting). Additionally, respondents are asked to identify any work areas that should be exclusively for Small Business. Participation in this survey does not guarantee future solicitation participation or contract awards. The government will not reimburse participants for any expenses incurred.
Contact Information
Questions should be directed to Tori Wallace at tori.wallace@us.af.mil or 405-590-7260. Secondary contact is James Banks at james.banks.12@us.af.mil.