Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
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 (USAF), through the Air Force Sustainment Center (AFSC) at Tinker AFB, is soliciting proposals for a Firm Fixed-Price (FFP) Indefinite-Delivery Requirements Contract for the repair of the B-2 Data Entry Panel (NSN: 5895-01-527-7727FW). While the government anticipates a sole source award to GE Aviation Systems LLC, all responsible sources are invited to submit capability statements. Proposals are due by February 6, 2026, 3:00 PM (CST).
Scope of Work
This contract requires the repair of the B-2 Data Entry Keyboard, which provides personnel with avionics system monitoring and control capabilities. The scope includes:
- Minor Repair: Initial test, teardown, component-level troubleshooting, software loading, paint touch-up, component replacement, reassembly, final ATP, and recertification.
- Major Repair: All minor repair elements plus replacement of significant items (e.g., subassembly, hybrid parts, microcircuits) and reflowing CCAs.
- No Fault Found (NFF): Evaluation, initial test, final ATP, and inspection.
- Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR): Evaluation and minimum charge. The contractor must furnish all necessary materials, facilities, labor, parts, equipment, and expertise, including packing, preservation, and packaging, to return items to a serviceable condition.
Contract Details & Period
- Contract Type: Firm Fixed-Price (FFP) Indefinite-Delivery Requirements Contract.
- Duration: A 3-year basic period with two (2) 1-year option periods and an option for a 6-month extension.
- Set-Aside: This acquisition is Unrestricted; it is not set aside for small businesses or any other socioeconomic concerns due to a lack of available qualified sources.
- Place of Performance: Contractor’s facility.
- Intended Source: GE Aviation Systems LLC (CAGE: 35351) is the only known contractor with the required data, parts, expertise, tools, firmware, software, test equipment, and certified personnel. The government does not own the technical data for this repair.
Key Requirements & Deliverables
The contract mandates adherence to various reporting and management requirements, including:
- Data Reporting: Commercial Asset Visibility Air Force (CAV AF) reports, Monthly Production Reports, Government Property Inventory Reports, Status Reports, Teardown Deficiency Reports, GFM Monthly Requisition and Inventory Reports, Calibration Certificates, Engineering Change Proposals, Meeting Minutes/Agendas, Scientific and Technical Reports, Contractor's Corrective Action Plans, Presentation Materials, Bill of Materials (BOM) for Logistics and SCRM.
- Plans: Supply Chain Risk Management (SCRM) Plan, Counterfeit Prevention Plan, Production Surge Plan, and potentially a Nuclear Hardness and Survivability Program Plan.
- Logistics: Item Unique Identification (IUID) marking, parts control program, counterfeit prevention, lead-free electronics compliance, and specific packaging requirements (F.O.B. Origin, MIL-STD-2073-1, MIL-STD-129).
- Compliance: NIST SP 800-171 DoD Assessment requirements apply.
Submission & Contacts
- Proposal Due Date: February 6, 2026, 3:00 PM (CST).
- Contact Specialist: Morgan Wallar Larsen (morgan.wallar_larsen@us.af.mil, 405-739-4476).
- Contracting Officer: Jimmy “Lance” Culver (jimmy.culver@us.af.mil).
- An Ombudsman is available at 405-736-3273 for concerns (not for solicitation requests). All questions must be submitted in writing via email.