Request for Proposal - B-52H AN/ALQ-172 ECM System Repairs
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 (AFSC/PZABB) is seeking proposals for B-52H AN/ALQ-172 Electronic Countermeasures (ECM) System Repairs. This is intended as a follow-on sole-source requirements contract for L3Harris, the Original Equipment Manufacturer (OEM), due to their unique expertise and equipment. However, all responsible sources are invited to submit proposals for consideration. Proposals are due by May 1, 2026.
Scope of Work
This requirement covers accurate repair services, testing, tear down, evaluation, engineering, production, and technical data for components of the AN/ALQ-172 ECM System. These components include Radio Frequency (RF), digital, and mixed signal Shop Replaceable Units (SRUs) that must meet specific system/subsystem specifications, including Block Cycle 8 Operational Flight Program (OFP) Requirements. The ALQ-172 requirements are military-unique and not commercially available.
The solicitation details repair pricing for numerous National Stock Numbers (NSNs), including various Backplane Assemblies, Transmitters, Control Indicators, Spectrum Analyzers, Oscilloscopes, Cable Assemblies, Core Memory Units, Circuit Card Assemblies, Signal Generators, Waveform Generators, and Multiplexer Modules. Specific NSNs include 5998-01-424-3963EW, 5865-01-198-5144EW, 5895-01-485-6252EW, and several others for legacy and redesigned LRUs and ALM-289 (EMTS) components.
Contract & Timeline
- Contract Type: Requirements Contract, intended as a follow-on sole source. The solicitation document specifies a Firm Fixed Price contract.
- Period of Performance: Multiple ordering periods (I, II, III, IV) are covered, with order placement dates generally from September 29, 2026, through September 30, 2031.
- Set-Aside: None (intended sole-source to L3Harris).
- Proposal Due: May 1, 2026, at 3:30 PM local time.
- Published: April 1, 2026.
- Place of Performance: Warner Robins, GA 31098, United States.
Evaluation
Proposals from all responsible sources will be considered, despite the sole-source intent for L3Harris. The document summary does not detail specific evaluation criteria beyond this.
Additional Notes
Contractors must comply with "Higher Level Contract Quality Requirements" and ISO 9001:2015 standards. Unique Item Identification (UID) is required for all items, with serial numbers for physical markings. Delivery timelines vary by item, ranging from 30 calendar days to 3 months after order placement. The solicitation includes numerous FAR and DFARS clauses.
Primary Contact: Carson Best, carson.best@us.af.mil, 730.326-2249.