Repair of B-52 Motional Transducer
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 is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the repair of B-52 Motional Transducers (NSN: 6695-01-535-3230, P/N: 4091793-901). This effort aims to determine if the requirement can be competitive or designated as a Small Business Set-Aside. Responses are due by May 21, 2026.
Scope of Work
The contractor will be responsible for furnishing all necessary labor, material, facilities, and equipment to accomplish the repair, testing, preservation, packaging, and return of completely serviceable units. Key responsibilities include supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues, and delivery of completed assets. The estimated repair requirement is 13 units for the basic period, with four additional options for 13 units each.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Government is assessing for potential competitive or Small Business Set-Aside. All business types (Large, Small, 8(a), SDVOSB, HUBZone, WOSB) are encouraged to respond.
- NAICS Code: 336413 (Aircraft Manufacturing) with a Size Standard of 1250 employees.
- Response Due: May 21, 2026
- Published: April 22, 2026
Submission & Technical Requirements
Interested sources must select "ADD ME TO INTERESTED VENDORS" and submit Part I (Business Information) to 422scms.rfi.responses@us.af.mil. Potential sources are required to complete a Source Approval Request (SAR) package as specified in the Qualification Requirements (QR) for this item. The SAR process, detailed in the RQR-848 document, outlines requirements for Category I (Actual Item Repair), Category II (Similar Item Repair), and Category III (New Repair/Remanufacture) submissions. The government does not have associated technical data to provide, but Technical Orders (TOs) are available via attachments (Repair Data List - RDL, or List of TOs). Forms for requesting engineering drawings and TOs are also provided, with associated fees and procedures.
Evaluation
Responses will be used for informational and planning purposes to inform the government's acquisition strategy, including potential set-aside decisions. This is not a Request for Proposal (RFP), and no contract commitment is implied.
Additional Notes
No funds are available to fund the information solicited. Questions regarding the Tinker SAR Process should be directed to the AFSC Small Business Office. Do not contact the originator of this post with questions; direct them to the provided email.