Repair of C-135 and B-52 Altitude Computer
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 U.S. Air Force (422nd SCMS) is conducting market research through a Sources Sought Synopsis to identify potential sources for the repair and overhaul of Altitude Computer components for C-135 and B-52 aircraft. This is not a solicitation, but aims to determine market capability and potential for competitive procurement or small business set-asides. Responses are due by May 21, 2026.
Scope of Work
The requirement involves the repair, testing, preservation, packaging, and return of serviceable Altitude Computer units. Contractors will be responsible for comprehensive supply chain management, logistics, parts forecasting, long-lead parts procurement, reparable forecasting, and obsolescence management.
Key Requirements
The Air Force is seeking capabilities for specific items:
- Part Number 31103-B14 (NSN: 6610-00-121-4680): Estimated repair requirement of 115 units for the basic 5-year period and an additional 115 units for a 5-year option.
- Part Number 31103-A1A or 31103-A1 (NSN: 6610-01-255-1433 or 6610-00-121-4679): Estimated repair requirement of 5 units for the basic 5-year period and an additional 5 units for a 5-year option.
Technical Data & Source Approval
The government will not provide associated technical data. Interested sources must independently acquire necessary technical data. Technical Orders (TOs) and Repair Data Lists (RDLs) may be available through the Tinker AFB Public Sales Office, which has specific procedures and fees for requests (e.g., $65 per approved TO, 30-day processing). Engineering drawings can be requested using a specific form, incurring fees ($30 per line, minimum $150). Potential sources wishing to qualify for this type of repair must complete a Source Approval Request (SAR) package as detailed in the "REPAIR/REMANUFACTURE QUALIFICATION REQUIREMENTS" (RQR-848) document. SAR packages must meet specific technical requirements (Category I, II, or III) and be submitted to the AFSC Small Business Office.
Submission & Response
Interested sources must select "ADD ME TO INTERESTED VENDORS" on SAM.gov. Responses, including detailed business information (company name, address, POC, CAGE code, business size per NAICS 336413 (1250 employees), business type, and ownership details), should be submitted via email to 422scms.rfi.responses@us.af.mil. Responses are due by May 21, 2026.
Additional Notes
This Sources Sought is for informational and planning purposes only; it is not a solicitation and does not guarantee a future contract award. No funds are available for this request. The government is interested in all potential sources, including large and small businesses of all types, and will consider breaking out the requirement by airframe. Oral submissions are not accepted. Inquiries should be directed to the AFSC Small Business Office or the provided workflow email, not the originator of the post.