Remanufacture of B-52s Primary/Secondary Heat Exchangers
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 (DEPT OF DEFENSE), through the Air Force Sustainment Center (AFSC) at Tinker AFB, is soliciting proposals for the Remanufacture of B-52 Primary/Secondary Heat Exchangers. This opportunity is for a Firm Fixed Price Requirements type contract with a 5-year duration (3-year basic and two 1-year option periods). Proposals are due by February 4, 2026, at 3:00 PM CST.
Scope of Work
The selected contractor will be responsible for providing all labor, facilities, equipment, and materials necessary to remanufacture B-52 Primary/Secondary Heat Exchangers, specifically NSN 1660011964473 and NSN 1660011680332. The work encompasses disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions to return items to a like-new condition, adhering to Technical Orders (TOs) and Original Equipment Manufacturer (OEM) specifications. Key requirements include 100% replacement of certain specified parts, compliance with AS9100 quality standards, and Item Unique Identification (IUID) marking per MIL-STD-130.
Contractors must also comply with Commercial Asset Visibility Air Force (CAV AF) reporting requirements for Government-owned assets, establish a Parts Control Program, and be prepared to meet increased demand with a Production Surge Plan. Supply Chain Risk Management (SCRM) and Cybersecurity protection plans are mandatory. The contractor will furnish all material and support equipment; Government Furnished Equipment (GFE) will not be provided.
Contract Details
- Contract Type: Firm Fixed Price Requirements Type Contract
- Duration: 5 years (3-year basic + two 1-year option periods)
- NAICS Code: 336413 (Aircraft Air Conditioning, Heating, And Pressurizing Equipment)
- Size Standard: 1,250 employees
- Place of Performance: Tinker Air Force Base, OK 73145
Set-Aside
This acquisition is Unrestricted, with consideration for small businesses. Interested vendors not previously qualified must submit a Source Approval Request (SAR) package.
Evaluation & Submission
Offers will be evaluated based on Price as the sole factor, with award going to the offeror with the lowest total evaluated price (TEP) that conforms to all solicitation requirements. Price Reasonableness and Balance will also be assessed. Offerors must hold their prices firm for 120 days.
Key Deliverables & Reporting (CDRLs):
- Commercial Asset Visibility (CAV) Reporting (electronic, DD Form 250 via iRAPT)
- Contract Depot Maintenance (CDM) Monthly Production Report
- Government Property (GP) Inventory Report (annual)
- Production Surge Plan
- Report of Shipping (Item) and Packaging Discrepancy (SF-364 ROD via WEBSDR)
- Technical Data Package (TDP) (PDF, 3D STEP files)
Proposals are due: February 4, 2026, at 3:00 PM CST. Primary Contact: Jessica Vinyard (jessica.vinyard.1@us.af.mil) Secondary Contact: M. Ryan Churchwell (matthew.churchwell.2@us.af.mil, 405-739-4809)
Additional Notes
Specific packaging instructions (MIL-STD-2073, MIL-STD-129, ISPM NO.15) and transportation data are provided. The Availability of Funds clause (52.232-18) is included.