Repair of the B-2 Attitude Motion Sensor Set (AMSS) and Inertial Measurement Unit (IMU)

SOL #: FA811726R0026Pre-SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8117 AFSC PZABA
TINKER AFB, OK, 73145-3303, United States

Place of Performance

S Coffeyville, OK

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment (J066)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 19, 2026
2
Response Deadline
Apr 3, 2026, 8:00 PM

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 (FA8117 AFSC PZABA) has issued a pre-award synopsis for a sole source requirement for the repair of the B-2 Attitude Motion Sensor Set (AMSS) and Inertial Measurement Unit (IMU). This multi-year, Firm Fixed Price Requirements type contract will cover repair capabilities, technical data, and license agreements for these critical B-2 components. The solicitation (FA8117-26-R-0026) is anticipated to be issued on or about April 1, 2026, with proposals due by April 30, 2026.

Scope of Work

The contractor will be responsible for returning specific B-2 AMSS and IMU components (including NSN 660501380368, K160A081-30; NSN 660501259709, K160A081-20; and NSN 661001384751, K150A022-52) to a serviceable condition. This involves comprehensive repair procedures such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, all in accordance with Technical Orders (TOs) or Original Equipment Manufacturer (OEM) repair procedures. The primary objective is to deliver a quality serviceable product.

Key Requirements & Deliverables

The contract requires the provision of repair capabilities, necessary technical data, repair documents, and license agreements. Key performance standards include maintaining a quality product with no more than 3% deficiency reports and achieving 100% on-schedule delivery. The contractor must implement a Quality Management System (QMS) compliant with ISO 9001:2015, develop a Supply Chain Risk Management (SCRM) plan, and establish a Counterfeit Prevention Program (CPP). Cybersecurity for supply chain information is mandatory, and the use of lead-free electronics is prohibited unless specifically approved.

Extensive reporting is required, including an annual Government Property Inventory Report, a Production Surge Plan, daily Commercial Asset Visibility (CAV) reporting, an annual Bill Of Materials (BOM) for SCRM, Engineering Change Proposals (ECPs) as needed, and monthly Contract Depot Maintenance (CDM) Production Reports. The contractor will also be responsible for managing Government Furnished Property (GFP) and adhering to specific packaging requirements (e.g., WPM compliance, MIL-STD-129, MIL-STD-2073-1) and transportation logistics (F.O.B. Origin, DCMA coordination). Maintenance of the system's nuclear hardness is also a critical requirement.

Contract Details

  • Contract Type: Firm Fixed Price Requirements type contract.
  • Duration: Multi-year contract with a base period plus four 1-year options.
  • Set-Aside: Sole Source.
  • NAICS Code: 336413 (Aircraft Engine and Engine Parts Manufacturing).
  • Product Service Code: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment).
  • Place of Performance: Implied at the contractor's facility, likely in S Coffeyville, OK.

Submission & Evaluation

  • Solicitation Issue Date: On or about April 1, 2026.
  • Solicitation Close Date: April 30, 2026.
  • Submission Method: Written procedures; only electronic requests directly from the requestor are acceptable. Telephone requests will not be accepted.
  • Evaluation: Only the responsible sole source solicited will be considered for submission of a bid, proposal, or quotation.

Additional Notes

The Solicitation Number is FA8117-26-R-0026, and the Purchase Request Number is FD2030-25-01609. An Ombudsman is available to address concerns from offerors during the proposal development phase.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Mar 19, 2026
Repair of the B-2 Attitude Motion Sensor Set (AMSS) and Inertial Measurement Unit (IMU) | GovScope