SOURCES SOUGHT
16 -- U-2 Life Support Sustainment and Support
- Notice Date
- 2/26/2026 6:42:15 AM
- Notice Type
- Sources Sought
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8528 AFLCMC WIKA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8528-24-D-0001
- Response Due
- 3/26/2026 2:00:00 PM
- Archive Date
- 04/10/2026
- Point of Contact
- Brittney Lightsey, Phone: 4789266752, Tara Stephens
- E-Mail Address
-
brittney.lightsey@us.af.mil, tara.stephens@us.af.mil
(brittney.lightsey@us.af.mil, tara.stephens@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Government is conducting market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to provide Sustainment and Support for the U-2 Life Support system. The contractor is expected to satisfy all requirements of the PWS with minimal assistance from the Government. Sustainment and Support for the U-2 Life Support will include depot-level repair, and full sustainment/support of required contractor service. The Contractor shall provide engineering, program management, repair and technical services in support of production and sustainment of the U-2 Life Support System that includes the U-2 S1034 Pilot's Protective Assembly (PPA) and associated equipment that include the Coverall Assembly, Torso Retainer with Harness and Flotation, and the S1034E Full Pressure Helmet for the Command and Control Intelligence, Surveillance and Reconnaissance (C2ISR) U-2 Program. Specifically, the requirement is to provide serviceable spare assets and resolve system failures/issues in a timely manner that will sustain the desired availability, reliability, and maintainability of the fielded equipment. The contractor is also expected to have repair capability and will use transportation, cost, repair turnaround, and other factors to make best-value determinations and support decision making. The contractor will provide total material management for all associated Life Support-unique hardware and consumable components. Fulfilling material management responsibilities for Life Support will require the contractor or their subcontractor to be an AF Material Command (AFMC) certified Contractor-Inventory Control Point (C-ICP). The contractor will establish/provide full asset visibility of all Life Support unique components. The contractor will provide serviceable retail Life Support components to be stored in base supply units. In addition, the contractor will provide unique U-2 Life Support consumables to satisfy bench stock and Consumable Readiness Support Package (CRSP) requirements at all U-2 Life Support operating locations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7000b41b5d924c3aad9fc2faf29fb299/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07728939-F 20260228/260226230042 (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 |