Repair of B-2 Submerged Pump, Fuel Pumping Element & Fuel Pump Unit
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), through the Air Force Sustainment Center (AFSC) at Tinker AFB, is contemplating a presolicitation for the Repair of B-2 Submerged Pump, Fuel Pumping Element, and Fuel Pump Unit. This effort will result in a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract with a 3-year basic period of performance. Qualification requirements apply, and non-qualified vendors must submit a Source Approval Request (SAR) package.
Scope of Work
The contractor will provide all labor, facilities, equipment, and materials to accomplish the repair of specified B-2 aircraft components. This includes:
- Disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions to return items to serviceable condition.
- Repair of B-2 Submerged Pump (NSN 2915-013-74-9764FW, P/N 5009158B): Minimum 3 EA, Maximum 10 EA, delivered 3 EA every 30 days.
- Repair of B-2 Fuel Pumping Element (NSN 2915-013-80-1687FW, P/N 5009167D): Minimum 1 EA, Maximum 15 EA, delivered 1 EA every 30 days.
- Repair of B-2 Fuel Pump Unit (NSN 2915-01-363-5097FW, P/N 5009175C): Minimum 1 EA, Maximum 3 EA, delivered 1 EA every 30 days.
- Adherence to strict performance standards for quality (100% defect-free) and delivery (100% on schedule).
- Requirements for parts control, technical order maintenance, safety, item unique identification, Supply Chain Risk Management (SCRM), and cybersecurity protection plans.
Contract Details
- Contract Type: Firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ).
- Period of Performance: 3-year basic period.
- Set-Aside: None specified; however, QUALIFICATION REQUIREMENTS APPLY.
- Approved Source: Hamilton Sundstrand Corp. (99167).
- Product Service Code: J029 - Maintenance, Repair And Rebuilding Of Equipment: Engine Accessories.
Submission & Evaluation
- This is a Presolicitation notice, not a formal Request for Proposal (RFP).
- The solicitation is expected to be issued on or about June 1, 2026.
- The anticipated closing response date for the solicitation is July 30, 2026.
- Estimated award date is on or about August 31, 2026.
- Questions must be submitted in writing via email.
- Offerors must specify business size and type (large, small, 8(a), etc.) and ownership (U.S. or foreign).
Additional Notes
- Interested parties may identify their interest and capability within 15 days of this notice.
- Vendors not previously qualified must submit a Source Approval Request (SAR) package.
- Technical data access requires requesting TO on https://etims.cce.af.mil/ETIMS/index.
- Drawings require access via DD Form 2875, requested to wralc.tila.centra@us.af.mil.
- An Ombudsman is available for concerns at 405-736-3273 (do not call for solicitation requests).
- Electronic procedures will be used; no telephone requests accepted.
- Contact: Amy Gil, amy.gil@us.af.mil.