Repair of B-2 Transponder Set NSN: 5895-01-383-4052 FW P/N: 159000-7
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 issuing a formal solicitation (FA811926R0011) for a Firm-Fixed Price (FFP) Indefinite-Delivery Requirements Contract for the Repair of B-2 Transponder Set (NSN: 5895-01-383-4052FW, P/N: 159000-7). This requirement is justified as a sole source acquisition, with Associated Aircraft Manufacturing and Sales, Inc. (AAMSI) identified as the only known contractor possessing the necessary capabilities. However, all responsible sources may submit a capability statement, proposal, or quotation for consideration.
Scope of Work
The contract covers the comprehensive repair of B-2 Transponder Sets, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing. Key requirements include:
- Teardown, Test and Evaluate (TT&E) phase before repair.
- Repair of specific components like machined alloy chassis, circuit cards, transmitter, and power supply.
- Compliance with Quality Assurance (AS9100), Item Unique Identification (IUID), and specific packaging standards (MIL-STD-129, MIL-STD-2073-1, heat-treated WPM).
- Development and adherence to a Counterfeit Prevention Plan (CPP) and a Supply Chain Risk Management (SCRM) Plan.
- Management of Material Lay-In and procedures for Over and Above Work.
- Ability to meet Surge demands.
- Extensive data deliverables as outlined in the Contract Data Requirements List (CDRL) and a Teardown Deficiency Report.
- Performance will be measured against defined standards, with potential CPAR implications for non-compliance.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Indefinite-Delivery Requirements Contract.
- Duration: A 3-year basic period, one 2-year option period, and an option for a 6-month extension.
- Place of Performance: Contractor's facility.
- Set-Aside: This is a Sole Source acquisition, not set aside for small business or any other socioeconomic concerns, citing FAR 6.302-1.
- Technical Data: The Government does not own the technical data for this repair and will not furnish a technical data package.
Submission & Evaluation
- Anticipated Solicitation Issue Date: May 7, 2026.
- Proposals Due: June 8, 2026, at 3:00 PM (Central Time, assuming Tinker AFB is CT).
- Evaluation Factors: Proposals will be evaluated based on "All evaluation factors other than cost or price, when combined" and "Price."
- Questions: Must be submitted in writing via email to the contracting points.
Contact Information
- Contract Specialist: Caleb Taylor (caleb.taylor.8@us.af.mil)
- Contracting Officer: Jonathan Payne (jonathan.payne.11@us.af.mil)
- Ombudsman: 405-736-3273