RFI: B-52H/B-1B ASQ-184 and AYQ-10 Fire Control Computers
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 conducting a Sources Sought / Request for Information (RFI) to identify potential sources capable of providing depot-level test and repair services for the B-52H/B-1B ASQ-184 and AYQ-10 Fire Control Computers (FCCs). This market research aims to assess industry capabilities for these critical defensive management and ballistics computer systems. Responses are due by February 23, 2026.
Purpose & Scope
This RFI seeks to identify companies with the necessary expertise, capabilities, and experience to meet qualification requirements for repairing the AN/ASQ-184 Defensive Management System (for B-1) and the AN/AYQ-10 Central Fire Computer (for B-52). The effort covers National Stock Numbers (NSNs): 1280-01-512-1505, 1280-01-619-1370, and 1280-01-514-5459, with associated part numbers 214A000-11, 214A000-15, and 240A950-3 respectively. The scope of work for the anticipated contract includes fault isolation, repair, testing, and packaging of unserviceable assets, along with tracking and resolving Product Quality Deficiency Reports (PQDRs).
Background & Challenges
The government currently faces challenges as it does not own the technical data required for organic repair or to compete repair services for these systems. Lockheed Martin is identified as the current Original Equipment Manufacturer (OEM) and sole source for repair, and acquiring the necessary data or reverse engineering is deemed uneconomical. No samples are available for evaluation.
Anticipated Contract Details
While this is an RFI, the anticipated contract action is expected to be for repair coverage with a five-year period of performance (one basic year plus four ordering periods), with sustainment projected through 2050. The place of performance for repair services will be at the Contractor's facility, specifically Lockheed Martin, Rotary and Mission Systems Facility, Owego, NY 13827, as per the Performance Work Statement (PWS).
Submission Requirements
Respondents are required to complete a detailed Contractor Capability Survey covering business information, general capability, specific repair experience (especially with ASQ-184 & AYQ-10), repair processes, commerciality, continuity of operations, cybersecurity, and foreign influence. Written responses must be submitted via email to samonzy.wiggins@us.af.mil no later than February 23, 2026. This RFI is for informational planning and budgetary forecasting only and does not constitute a solicitation or intent to award a contract. Both large and small businesses, including joint ventures, are encouraged to participate.
Special Requirements (for future contract)
Future repair services will require adherence to stringent performance standards, including quality of repair (max one PQDR/QDR per year), delivery within 30 calendar days ARO for routine repairs, and timely CAV-AF reporting. Contractors must also manage government property, notify of obsolete parts, implement counterfeit prevention, establish Supply Chain Risk Management (SCRM) and Continuity of Operations Plans (COOP), and comply with cybersecurity requirements (NIST SP800-171, DFARS).