Repair of the B-2 Attitude Motion Sensor Set (AMSS) and Inertial Measurement Unit (IMU)
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 Department of the Air Force is soliciting proposals for the Repair of the B-2 Attitude Motion Sensor Set (AMSS) and Inertial Measurement Unit (IMU). This is a Firm Fixed-Price requirements-type contract. While initially described as sole-source, the latest solicitation indicates an UNRESTRICTED OR SET ASIDE acquisition. Proposals are due by May 18, 2026, at 3:00 PM CT.
Scope of Work
This opportunity requires the repair of B-2 AMSS and IMU components to a serviceable condition. The scope includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. Specific repair categories are detailed for IMUs (Levels 1-3) and AMSS (Retrofit, Levels 1-3), including component-level repairs and system testing. The contractor must possess necessary repair capabilities, technical data, and licenses.
Contract Details
- Contract Type: Firm Fixed-Price, Requirements-Type
- Solicitation Number: FA8117-26-R-0026
- Period of Performance: Estimated August 3, 2026, through August 2, 2031 (Base year + four 1-year options)
- Set-Aside: UNRESTRICTED OR SET ASIDE (initially described as Sole-Source)
- NAICS Code: 336413 (Other Aircraft Part and Auxiliary Equipment Manufacturing)
- Size Standard: 1,250 employees
- Place of Performance: Contractor's facility (implied), with shipments to DLA Distribution Depot Oklahoma, Tinker AFB, OK.
Key Requirements & Deliverables
The contractor must meet stringent performance standards, including no more than 3% deficiency reports, 100% on-time delivery, and 100% on-time data reporting. A Quality Management System compliant with ISO 9001:2015 is mandatory. Special requirements include:
- Initial Production Evaluation (IPE): May be required for non-OEM/incumbent contractors.
- Supply Chain Risk Management (SCRM) & Cybersecurity: Plans for risk mitigation and information protection.
- Counterfeit Prevention Program (CPP): To avoid, detect, and mitigate counterfeit parts.
- Government Furnished Property (GFP): Management of provided IMUs and AMSS units (e.g., 25 B-2 IMUs at $1.56M each, 70 B-2 AMSS at $728k each).
- Reporting: Extensive Contract Data Requirements List (CDRL) including annual GFP Inventory Reports, Production Surge Plans, Commercial Asset Visibility (CAV) Reporting, Bill of Materials for SCRM, Engineering Change Proposals (ECPs), and monthly production reports.
- Packaging & Transportation: Adherence to MIL-STD-129 and MIL-STD-2073-1, specific Special Packaging Instructions (SPIs) for both IMU and AMSS, and F.O.B. Origin terms with coordination through DCMA Transportation.
- Other: Foreign Influence disclosure, obsolescence notification, nuclear hardness maintenance, and a Parts Control Program.
Submission & Evaluation
- Proposal Submission Deadline: May 18, 2026, at 3:00 PM CT.
- Proposal Validity: Offers must be held firm for 120 days.
- Evaluation: Not explicitly detailed in provided summaries, but implies standard evaluation for a Sealed Bids (IFB) type solicitation.
Contact Information
- Primary Point of Contact: Kristen Carter (kristen.carter@us.af.mil, 405-739-9444).