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 Department of the Air Force is soliciting proposals for the repair of the B-2 Transponder Set (KU Band), specifically NSN 5826-01-587-7743, Part No: 127485-7. This opportunity, identified as Solicitation FA8119-26-R-0009, seeks qualified sources for major repair, minor repair, and no fault found services. The contract will be a Firm Fixed-Price type for most items, with a basic period of three years and two one-year option periods. Proposals are due by March 30, 2026, at 5:00 PM ET.
Scope of Work
The primary objective is to return the KU Band Transponder Sets to a serviceable condition through comprehensive repair processes including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing. Key requirements include Item Unique Identification (IUID), material lay-in management, procedures for over and above work, obsolescence management, parts control, and a robust Counterfeit Prevention Plan (CPP). Contractors must also provide engineering support, manage Government Furnished Property (GFP), and demonstrate surge capability. The GFP includes 38 RECEIVER-TRANSMITTER units (NSN: 582601587774, Part Number: 127485-7).
Contract Details & Deliverables
This is a Firm Fixed-Price contract for the repair of specified quantities of transponder sets, with Over and Above and Material Lay-In items to be negotiated. Delivery is required 150 days After Receipt of Order (ARO). The contract includes an extensive Contract Data Requirements List (CDRL) with numerous data items (A001-A019). These deliverables encompass Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Reports, Government Property (GP) Inventory Reports, Engineering Change Proposals (ECPs), Bills of Materials (BOMs), Production Surge Plans, Supply Chain Risk Management (SCRM) Plans, and various meeting-related documentation. Packaging must comply with MIL-STD-129 and MIL-STD-2073-1, including strict requirements for Wood Packaging Material (WPM) treatment. Transportation terms will be F.O.B. Origin or Destination, with specific