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 Sustainment Center (AFSC) at Tinker AFB is issuing a solicitation (FA8119-26-R-0004) 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). This opportunity is anticipated to be a sole source award to GE Aviation Systems LLC (CAGE: 35351), citing FAR 6.302-1 due to their unique expertise and proprietary data. Proposals are due March 6, 2026, at 3:00 PM CST.
Scope of Work
The contract requires the contractor to furnish all necessary material, labor, facilities, and expertise for the repair of the B-2 Data Entry Keyboard, Part Number 160749-08-01. This 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), final ATP, and recertification.
- No Fault Found (NFF): Covers initial test, final ATP, and final inspection.
- Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR): Applies to units that cannot be economically restored.
- Required packing, preservation, and packaging must comply with MIL-STD-2073-1, MIL-STD-129, and ISPM NO.15 for wood packaging material.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Indefinite-Delivery Requirements Contract.
- Duration: A 3-year basic period with two (2) 1-year option periods and a 6-month extension option.
- Estimated Quantities: Basic Estimated Quantities (BEQ) are specified for Minor Repair (10), Major Repair (22), and No Fault Found (16) for the 3-year basic period, with additional quantities for option years.
- Place of Performance: Contractor’s facility.
- Destination: FOB Origin, DODAAC SW3211, Tinker AFB, OK.
Key Requirements / Deliverables
Contractors must adhere to stringent requirements, including:
- Item Unique Identification (IUID) marking.
- Establishing a Parts Control Program.
- Developing and implementing a Counterfeit Prevention Plan (CPP).
- Developing a comprehensive Supply Chain Risk Management (SCRM) Plan.
- Compliance with NIST SP 800-171 DoD Assessment requirements and Supplier Performance Risk System (SPRS) checks.
- Submission of various data deliverables, including: Contract Depot Maintenance Monthly Production Reports, Government Property Inventory Reports, GFM Monthly Requisition and Inventory Reports, Calibration Certificates, Engineering Change Proposals (ECP), Teardown Deficiency Reports, Status Reports, Production Surge Plans, Bill of Materials (BOM), Meeting Agendas/Minutes, Scientific and Technical Reports, and Corrective Action Plans.
Set-Aside
This requirement is not set aside for small business or any other socioeconomic concerns, as the agency determined that two or more small businesses capable of performing this requirement are not available.
Submission & Deadlines
- Solicitation Number: FA8119-26-R-0004
- Proposal Due Date: March 6, 2026, 3:00 PM CST.
- Submission: Electronic procedures will be used. All responsible sources may submit a capability statement, proposal, or quotation for agency consideration.
- Contacts:
- Caleb Taylor (Primary): caleb.taylor.8@us.af.mil, 405-739-4106
- Lance Culver (Contracting Officer): jimmy.culver@us.af.mil