SOLICITATION NOTICE
58 -- Repair of B-2 Transponder Set (KU Band)
- Notice Date
- 1/26/2026 10:24:27 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8119 AFSC PZABC TINKER AFB OK 73145-3015 USA
- ZIP Code
- 73145-3015
- Solicitation Number
- KU_Band_PreSol
- Response Due
- 2/10/2026 10:00:00 AM
- Archive Date
- 02/25/2026
- Point of Contact
- G. Rachel Moehle, 424th SCMS
- E-Mail Address
-
genny.moehle@us.af.mil, 424SCMS.RFI.Responses@us.af.mil
(genny.moehle@us.af.mil, 424SCMS.RFI.Responses@us.af.mil)
- Description
- The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating a firm fixed price Indefinite-Delivery Requirements contract for the repair of the B-2 Transponder Set-KU Band The requirements set forth in this notice are defined per Purchase Request FD2030-25-01608 as follows: (Also available in attached PDF) Written response required. 1. Action Code: N/A 2. Date: 26 January 3. Year: 2026 4. Contracting Office Zip Code: 73145 5. Product or Service Code: 5826 6. Contracting Office Address: DEPARTMENT OF THE AIR FORCE (DAF) BLDG 3001 SUITE 1AF1-99A TINKER AFB, OK. 73145 7. Subject: Synopsis of Repair of B-2 Transponder Set-KU Bands 8. Proposed Solicitation Number: N/A 9. Closing Response Date: Anticipated solicitation issue date: 10 February 2026 Anticipated solicitation closing date: 10 March 2026 10. Points of Contact: Procuring Contracting Officer (PCO) G. Rachel Moehle genny.moehle@us.af.mil 11. Contract Award and Solicitation Number: TBD 12. Contract Award Dollar Amount: TBD 13. Contract Line Item Numbers: Proposed Line Items: Line Item 0001 (Three Year Basic): B-2 Transponder Set KU Band (Major Repair) NSN: 5826-01-587-7743 Part number: 127485-7 Best Estimated Quantity (BEQ): 6 each Line Item 0002 (Three Year Basic): B-2 Transponder Set KU Band (Minor Repair) NSN: 5826-01-587-7743 Part number: 127485-7 Best Estimated Quantity (BEQ): 10 each Line Item 0003 (Three Year Basic): B-2 Transponder Set KU Band (No Fault Found Repair) NSN: 5826-01-587-7743 Part number: 127485-7 Best Estimated Quantity (BEQ): 5 each Line Item 0004 (Three Year Basic): Over & Above To Be Negotiated (TBN) Quantity: 1 Lot Line Item 0005 (Three Year Basic): Data & Reports Not Separately Priced (NSP) Quantity: 1 Lot Line Item 0006 (Three Year Basic): Over & Above SURGE To Be Negotiated (TBN) Quantity: 1 Lot Line Item 0007 (3 year basic): Material Lay in Quantity: 1 Lot Line Item 1001 (Option Year One): B-2 Transponder Set KU Band (Major Repair) NSN: 5826-01-587-7743 Part number: 127485-7 Best Estimated Quantity (BEQ): 2 each Line Item 1002 (Option Year One): B-2 Transponder Set KU Band (Minor Repair) NSN: 5826-01-587-7743 Part number: 127485-7 Best Estimated Quantity (BEQ): 3 each Line Item 1003 (Option Year One) B-2 Transponder Set KU Band (No Fault Found Repair) NSN: 5826-01-587-7743 Part number: 127485-7 Best Estimated Quantity (BEQ): 2 each Line Item 1004 (Option Year One): Over & Above To Be Negotiated (TBN) Quantity: 1 Lot Line Item 1005 (Option Year One): Data & Reports Not Separately Priced (NSP) Quantity: 1 Lot Line Item 0006 (Option Year One): Over & Above SURGE To Be Negotiated (TBN) Quantity: 1 Lot Line Item 1007 (Option Year One): Material Lay in Quantity: 1 Lot Line Item 2001 (Option Year Two): B-2 Transponder Set KU Band (Major Repair) NSN: 5826-01-587-7743 Part number: 127485-7 Best Estimated Quantity (BEQ): 2 each Line Item 2002 (Option Year Two): B-2 Transponder Set KU Band (Minor Repair) NSN: 5826-01-587-7743 Part number: 127485-7 Best Estimated Quantity (BEQ): 3 each Line Item 2003 (Option Year Two): B-2 Transponder Set KU Band (No Fault Found Repair) NSN: 5826-01-587-7743 Part number: 127485-7 Best Estimated Quantity (BEQ): 2 each Line Item 2004 (Option Year Two): Over & Above To Be Negotiated (TBN) Quantity: 1 Lot Line Item 2005 (Option Year Two): Data & Reports Not Separately Priced (NSP) Quantity: 1 Lot Line Item 2006 (Option Year Two): Over & Above SURGE To Be Negotiated (TBN) Quantity: 1 Lot Line Item 1007 (Option Year One): Material Lay in Quantity: 1 Lot Line Item 3001 (Option for 6 month extension): B-2 Transponder Set KU Band (Major Repair) NSN: 5826-01-587-7743 Part number: 127485-7 Best Estimated Quantity (BEQ): 1 each Line Item 3002 (Option for 6 month extension): B-2 Transponder Set KU Band (Minor Repair) NSN: 5826-01-587-7743 Part number: 127485-7 Best Estimated Quantity (BEQ): 1 each Line Item 3003 (Option for 6 month extension): B-2 Transponder Set KU Band (No Fault Found Repair) NSN: 5826-01-587-7743 Part number: 127485-7 Best Estimated Quantity (BEQ): 1 each Line Item 3004 (Option for 6 month extension): Over & Above To Be Negotiated (TBN) Quantity: 1 Lot Line Item 3005 (Option for 6 month extension)Data & Reports Not Separately Priced (NSP) Quantity: 1 Lot Line Item 3006 (Option for 6 month extension): Over & Above SURGE To Be Negotiated (TBN) Quantity: 1 Lot 14. Contract Award Date: TBD 15. Contractor: There is two approved source for this repair effort; BAE Systems Information and Electronics Systems Integration Inc. CAGE: 80249 Northrop Grumman Systems Corp. CAGE: 78JW8 16. Description: (a) National Stock Number (NSN) if assigned: 5826-01-587-7743 (b) Specification and whether an offeror, its product, or service must meet a qualification requirement in order to be eligible for award, and identification of the office from which additional information about the qualification requirement may be obtained (see Subpart 9.2). N/A (c) Manufacturer, including part number, drawing number, etc: The original manufacturer is BAE; PN 127485-7 (d) Size, dimensions, or other form, fit or functional description: Length: 25.0000; Width: 15.0000; Height: 14.5000; Weight (HP): 32.00 (e) Predominant material of manufacture: N/A (f) Quantity, including any options for additional quantities: Line Item 0001 (Basic): REPAIR (MAJOR) BASIC: 6 EA OPT:1 2 EA OPT:2 2 EA 6 MO: 1 EA Quantity: 11 Line Item 0002 (Basic): REPAIR (MINOR) BASIC: 10 EA OPT:1 3 EA OPT:2 3 EA 6 MO: 1 EA Quantity: 17 Line Item 0003 (Basic): NO FAULT FOUND (NFF) BASIC: 5 EA OPT:1 2 EA OPT:2 2 EA 6 MO: 1 EA Quantity: 10 (g) Unit of issue: Line Item 0001 (Basic): REPAIR (MAJOR) BASIC: EA OPT:1 EA OPT:2 EA 6 MO: EA Unit: BEQ Each Line Item 0002 (Basic): REPAIR (MINOR) BASIC: EA OPT:1 EA OPT:2 EA 6 MO: EA Unit: BEQ Each Line Item 0003 (Basic): NO FAULT FOUND (NFF) BASIC: EA OPT:1 EA OPT:2 EA 6 MO: EA Unit: BEQ Each (h) Destination information: FOB Origin: DODAAC: SW3211 DLA Distribution Depot Oklahoma 3301 F Ave Cen Rec BLDG 506 DR 22 Tinker AFB, OK 73145-8000 United State (i) Delivery schedule: To be provided in solicitation. (j) Duration of the contract period. Three (3) year base period, two (2), one-year options periods and the option for a six (6) month extension. (k) Sustainable acquisition requirements (or a description of high-performance sustainable building practices required, if for design, construction, renovation, repair, or deconstruction) (see parts 23 or 36). N/A. (l) For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold, enter� (i) A description of the procedures to be used in awarding the contract (e.g., request for oral or written quotation or solicitation), and N/A (ii) The anticipated award date. N/A (m) For Architect-Engineer projects and other projects for which the product or service codes are insufficient, provide brief details with respect to: location, scope of services required, cost range and limitations, type of contract, estimated starting and completion dates, and any significant evaluation factors. N/A (n) In the case of noncompetitive contract actions (including those that do not exceed the simplified acquisition threshold), identify the intended source and insert a statement of the reason justifying the lack of competition. N/A (i) Except when using the sole source authority at 6.302-1, insert a statement that all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. N/A (ii) When using the sole source authority at 6.302-1, insert a statement that all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All responsible sources may submit a proposal which shall be considered by the Agency. (o) If solicitations synopsized through the GPE will not be made available through the GPE, provide information on how to obtain the solicitation. N/A (p) If the solicitation will be made available to interested parties through electronic data interchange, provide any information necessary to obtain and respond to the solicitation electronically. Electronic procedures will be used for this solicitation. (q) If the technical data required to respond to the solicitation will not be furnished as part of such solicitation, identify the source in the Government, such as https://www.fedbizopps.gov/, from which the technical data may be obtained. N/A 17. First Article: N/A 18. Place of Contract Performance: Contractor�s facility. Set-aside Status: 19. Two or more small businesses capable of performing this requirement are not available. This requirement is therefore not set aside for small business or any other socioeconomic concerns. All questions regarding this notice are to be submitted in writing via E-mail. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed. Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. All offerors are to specify in their response whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Also offerors must specify whether they are a U.S. or foreign-owned firm. OMBUDSMAN (AUG 2005) (An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition). The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fe08ce7518ea49c197e4e13dcffca364/view)
- Place of Performance
- Address: Tinker AFB, OK, USA
- Country: USA
- Country: USA
- Record
- SN07696987-F 20260128/260126230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |