U-2 Life Support Sustainment and Support
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 (AFLCMC WIKA) is conducting market research via a Sources Sought / Request for Information (RFI) to identify potential sources for U-2 Life Support Sustainment and Support. This effort focuses on depot-level repair, engineering, program management, and technical services for the U-2 S1034 Pilot's Protective Assembly (PPA) and associated equipment. The goal is to ensure the availability, reliability, and maintainability of fielded equipment. Responses are due by March 26, 2026.
Scope of Work
The contractor will be responsible for providing full sustainment and support for the U-2 Life Support system. This includes:
- Depot-level repair and sustainment support for U-2 Life Support unique components.
- Engineering, program management, repair, and technical services for the U-2 S1034 PPA, Coverall Assembly, Torso Retainer with Harness and Flotation, and the S1034E Full Pressure Helmet.
- Providing serviceable spare assets and resolving system failures to maintain desired availability, reliability, and maintainability.
- Having repair capability and making best-value determinations based on transportation, cost, and repair turnaround.
- Total material management for all associated Life Support-unique hardware and consumable components, requiring AFMC certified Contractor-Inventory Control Point (C-ICP) status.
- Establishing full asset visibility and providing serviceable retail Life Support components to base supply units.
- Providing unique U-2 Life Support consumables for bench stock and Consumable Readiness Support Package (CRSP) requirements at all operating locations.
- The original design of the end item and parts will not be changed without Government concurrence.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Purpose: Market research for planning purposes only; not a solicitation or intent to award a contract.
- Response Due: March 26, 2026, by close of business.
- Published: February 26, 2026.
- Place of Performance: Warner Robins, GA.
Eligibility & Submission
- Set-Aside: Not specified; both large and small businesses are encouraged to participate. Joint ventures or teaming arrangements are also encouraged.
- Submission Requirements: Interested parties must provide documentation supporting their company's capability and respond to the Contractor Capability Survey (Parts I and II).
- Submission Method: Responses should be emailed to Brittney Lightsey (brittney.lightsey@us.af.mil) and Tara Stephens (tara.stephens@us.af.mil).
- Questions: Should be addressed to the Procuring Contracting Officer (PCO).
- Small Business Information: Companies should indicate their business size status (e.g., Small Business, WOSB, SDB, 8(a), HUBZone, VOSB, SDVOSB) and identify any areas of work that could be exclusively set aside for Small Businesses.
Additional Notes
The Government will not pay for information submitted in response to this RFI. The sole source for all U-2 Life Support oxygen-related equipment is David Clark Company Inc. The Government does not own or have access to the data for these items, and it is uneconomical to buy the data or rights or to reverse engineer the part.