Repair of B-2 Transponder Set, NSN: 5895-01-383-4052FW
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 Sustainment Center (AFSC) at Tinker AFB is contemplating a firm-fixed-price (FFP) requirements contract for the repair of the B-2 Transponder Set (NSN: 5895-01-383-4052FW, Part Number: 159000-7). This presolicitation indicates an anticipated solicitation issue date of April 6, 2026, with proposals due by May 6, 2026.
Scope of Work
The contract requires comprehensive repair services for the B-2 Transponder Set, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore units to serviceable condition. Key line items include:
- Repair of the Transponder Set (BEQ: 6 for 3-year basic, 4 for 2-year option, 2 for 6-month extension).
- Over & Above work, Data & Reports, Surge capabilities, Material Lay-In, and Repair Management. The contractor must possess necessary repair capabilities, technical data, and license agreements. The government will not furnish a technical data package. Specific requirements include Teardown, Test and Evaluate (TT&E) with proposal submission, handling No Fault Found (NFF) units, Item Unique Identification (IUID), and repair/calibration of Special Test Equipment (STE).
Contract Details
- Contract Type: Firm-Fixed Price (FFP) requirements contract.
- Period of Performance: A 3-year basic period, with one 2-year option period and an option for a 6-month extension. The PoP begins upon contract award.
- Place of Performance: Contractor's facility.
- Destination: FOB Origin, Tinker AFB, OK (DODAAC: SW3211).
- Product Service Code: 5895 (Miscellaneous Communication Equipment).
Special Requirements & Reporting
The Performance Work Statement (PWS) outlines stringent requirements including a Quality Program, Deficiency Reports (PQDR), Quality Acceptance, Shipping Documentation, and Mission Essential Contractor Services. Special requirements cover a Counterfeit Prevention Plan (CPP), Parts Control Program, compliance with Lead (Pb) Free Electronics standards, Ozone Depleting Substances (ODS) policies, Safety and Health regulations, Manpower Reporting, a Surge plan, and Supply Chain Risk Management (SCRM). The Contract Data Requirements List (CDRL) specifies various data items and reporting frequencies, crucial for compliance.
Eligibility & Submission
This requirement is not set aside for small businesses or any other socioeconomic concerns, as the government has determined that two or more capable small businesses are not available. The acquisition is justified under FAR 6.302-1 (only one responsible source) due to Associated Aircraft Manufacturing and Sales, Inc. (CAGE: 56540) being the only known contractor with the required data, expertise, tools, and personnel. However, all responsible sources may submit a capability statement, proposal, or quotation for consideration. The acquisition will follow FAR Part 15 procedures, with the Request for Quotation (RFQ) posted on SAM.gov. Questions must be submitted in writing via email.
Key Dates & Contacts
- Anticipated Solicitation Issue Date: April 6, 2026
- Anticipated Solicitation Closing Date: May 6, 2026
- Contract Specialist: Caleb Taylor (caleb.taylor.8@us.af.mil, 405-739-4106)
- Contracting Officer: Jonathan Payne (jonathan.payne.11@us.af.mil, 405-734-4622)