Repair of B-2 Transponder Set (KU Band)
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 firm fixed-price Indefinite-Delivery Requirements (IDR) contract for the repair of the B-2 Transponder Set-KU Band. This presolicitation outlines the requirement for major, minor, and no fault found repairs of NSN 5826-01-587-7743, Part Number 127485-7. The anticipated solicitation issue date is February 10, 2026, with a closing date of March 10, 2026.
Scope of Work
The contract requires comprehensive repair services for the B-2 Transponder Set-KU Band, including:
- Major Repair: Best Estimated Quantity (BEQ) of 6 (basic), 2 (option 1), 2 (option 2), 1 (6-month extension).
- Minor Repair: BEQ of 10 (basic), 3 (option 1), 3 (option 2), 1 (6-month extension).
- No Fault Found (NFF) Repair: BEQ of 5 (basic), 2 (option 1), 2 (option 2), 1 (6-month extension).
- Additional Line Items: Over & Above (TBN), Data & Reports (NSP), Over & Above SURGE (TBN), and Material Lay-in. The Performance Work Statement (PWS) details requirements for Item Unique Identification (IUID), obsolescence reporting, parts control, counterfeit prevention (adhering to SAE AS5553 and AS6174), engineering support, and authorized cannibalization.
Contract Details
- Contract Type: Firm Fixed Price, Indefinite-Delivery Requirements (IDR).
- Period of Performance: A three (3) year base period, two (2) one-year option periods, and an option for a six (6) month extension.
- Place of Performance: Contractor’s facility.
- Approved Sources: BAE Systems Information and Electronics Systems Integration Inc. (CAGE: 80249) and Northrop Grumman Systems Corp. (CAGE: 78JW8). The original manufacturer is BAE.
Set-Aside & Eligibility
This requirement is not set aside for small business or any other socioeconomic concerns, as the Air Force has determined that two or more capable small businesses are not available. All responsible sources may submit a proposal for consideration. Offerors must specify their business size and U.S./foreign-owned status in their response.
Performance Standards & Requirements
The contractor must establish and maintain a quality program and inspection system, process Product Quality Deficiency Reports (PQDRs), and submit Teardown Deficiency Reports (TDRs). Performance will be measured against Service Summary metrics. Other requirements include compliance with safety and health regulations, manpower reporting via SAM.gov, and a Pre-Award Survey (PAS) if required. Contractors must furnish necessary Special Tools (ST) and Support Equipment (SE), manage Government Furnished Property (GFP), adhere to shipping documentation standards, provide a surge plan, and implement a Supply Chain Risk Management (SCRM) plan.
Submission & Contact
Electronic procedures will be used for the solicitation. All questions must be submitted in writing via email to the Procuring Contracting Officer (PCO), G. Rachel Moehle (genny.moehle@us.af.mil). An Ombudsman is available at 405-736-3273 for concerns during the proposal development phase.