Active Solicitation · DEPT OF DEFENSE

    REPAIR OF B-2 TRANSPONDER SET NSN: 5895-01-383-4052 FW P/N: 159000-7

    Sol. FA8119-26-R-0011SolicitationTINKER AFB, OK
    Open · 26d remaining
    DAYS TO CLOSE
    26
    closes Jun 8, 2026
    POSTED
    May 7, 2026
    Publication date
    NAICS CODE
    336413
    Primary industry classification
    PSC CODE
    5895
    Product & service classification

    AI Summary

    The United States Air Force is soliciting proposals for a firm-fixed price contract for the repair of the B-2 Transponder Set. The contract will cover a three-year basic period with options for additional years. Interested parties must respond by June 8, 2026, and the work will be performed at the contractor's facility.

    Contract details

    Solicitation No.
    FA8119-26-R-0011
    Notice Type
    Solicitation
    Posted Date
    May 7, 2026
    Response Deadline
    June 8, 2026
    NAICS Code
    336413AI guide
    PSC / Class Code
    5895
    Issuing Office
    FA8119 AFSC PZABC
    Primary Contact
    Caleb Taylor
    State
    OK
    ZIP Code
    73145-3015
    AI Product/Service
    service

    Description

    The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 issues formal solicitation for a firm-fixed price (FFP) indefinite-delivery requirements contract for the Repair of B-2 Transponder Set NSN: 5895-01-383-4052 FW P/N: 159000-7 The requirements set forth in this solicitation are defined per Purchase Request FD2030-25-02042 as follows:

    Written response required.

    (1)    Action Code: 

    N/A

    (2)    Date: 

    07 May

    (3)    Year: 

    2026

    (4)    Contracting Office Zip Code:

    73145

    (5)    Product or Service Code:

    5895

    (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

    (8)    Proposed Solicitation Number:

    FA811926R0011

    (9)    Closing Response Date:

    Anticipated solicitation issue date: 07 May 2026
    Anticipated solicitation closing date: ‎ ‎08 June‎, ‎2026

    (10)    Contact Point or Contracting Officer:

    Caleb Taylor
    Contract Specialist
    405-739-4106
    caleb.taylor.8@us.af.mil

    Jonathan Payne
    Contracting Officer
    405-734-4622
    jonathan.payne.11@us.af.mil

    (11)    Contract Award and Solicitation Number:

    N/A

    (12)    Contract Award Dollar Amount:

    N/A

    (13)    Contract Line Item Numbers:

    Proposed Line Items:

    Line Item 0001: Transponder Set - Repair
    NSN: 5895-01-383-4052FW
    Part number: 159000-7
    3-Year Basic: BEQ = 6
    2-Year Option 1: BEQ = 4
    6-Month Extension: BEQ = 2

    Line Item 0002: Over & Above 
    NSN: O&A
    Part Number: N/A
    3-Year Basic: BEQ = 1
    2-Year Option 1: BEQ = 1
    6-Month Extension: BEQ = 1

    Line Item 0003: Data & Reports
    NSN: N/A
    Part Number: N/A
    3-Year Basic: BEQ = 1
    2-Year Option 1: BEQ = 1
    6-Month Extension: BEQ = 1

    Line Item 0004: Surge
    NSN: O&A
    Part Number: N/A
    3-Year Basic: BEQ = 1
    2-Year Option 1: BEQ = 1
    6-Month Extension: BEQ = 1

    Line Item 0005: Material Lay-In
    NSN: N/A
    Part Number: N/A
    3-Year Basic: BEQ = 1
    2-Year Option 1: BEQ = 1
    6-Month Extension: BEQ = 1

    Line Item 0006: Repair Management
    NSN: N/A
    Part Number: N/A
    3-Year Basic: BEQ = 1
    2-Year Option 1: BEQ = 1
    6-Month Extension: BEQ = 1

    (14)    Contract Award Date:

    N/A

    (15)    Contractor:

    There is one approved source for the repair of this item: 
    Associated Aircraft Manufacturing and Sales, Inc. (CAGE: 56540).

    (16)    Description:

    (a)    National Stock Number (NSN) if assigned:

    5895-01-383-4052FW

    (b)    Qualification Requirement:

    Yes

    (c)    Manufacturer, including Part Number:

    Northrup Grummam
    PN: 159000-7

    (d)    Size, dimensions, or other form, fit or functional description:

    Length: 15.2100; Width: 3.5800; Height: 9.8700; Weight (HP): 16.0000

    The Data Entry Panel (DEP) provides personnel with the capability of monitor and controlling the avionics systems.


    (e)    Predominant material of manufacture:

    MACHINED ALLOY CHASSIS, TOP COVER, CIRCUIT CARDS, TRANSMITTER, POWER SUPPLY, CAPITIVE SCREW, GUIDE SCREW, GASKET, CHASSIS 

    (f)    Quantity, Unit of Issue, including any options for additional quantities:

    Line Item 0001: 3-Year Basic: BEQ = 6; 2 -Year Option 1: BEQ = 4; 6-Month Extension: BEQ = 2

    Line Item 0002: 3-Year Basic: Lot = 1; 2-Year Option 1: Lot = 1; 6-Month Extension: Lot =1

    Line Item 0003: 3-Year Basic: Lot = 1; 2-Year Option 1: Lot = 1; 6-Month Extension: Lot = 1

    Line Item 0004: 3-Year Basic: Lot = 1; 2-Year Option 1: Lot = 1; 6-Month Extension: Lot = 1

    Line Item 0005: 3-Year Basic: Lot = 1; 2-Year Option 1: Lot = 1; 6-Month Extension: Lot = 1

    Line Item 0006: 3-Year Basic: Lot = 1; 2-Year Option 1: Lot = 1; 6-Month Extension: Lot = 1 

    (g)    Destination information:

    FOB: ORIGIN

    DODAAC: SW3211
    3301 F AVE CEN REC BLDG 506 DR 22
    TINKER AFB  OK  73145-8000
    TINKER AFB  OK
    73145-8000
    USA
      
    (h)    Delivery schedule:

    Line Item 0001: Repair
    Deliver 1 unit(s) 30 days ARO 1 EA . Early delivery is acceptable

    Line Item 0002: Over & Above
    Deliver 1 unit(s) IAW PWS . Early delivery is acceptable

    Line Item 0003: Data
    Deliver 1 unit(s) IAW PWS . Early delivery is acceptable

    Line Item 0004: Over & Above (Surge Expedite Fee)
    Deliver 1 unit(s) IAW PWS . Early delivery is acceptable

    Line Item 0005: Material Lay-In
    Deliver 1 unit(s) IAW PWS . Early delivery is acceptable

    Line Item 0006: Repair Management
    Deliver 1 unit(s) IAW PWS/Monthly. Early delivery is acceptable


    (i)    Duration of the contract period:

    3-Year Basic with one (1) 2-Year Option period and Option for a 6-Month Extension.

    The period of performance (PoP) will begin on the day of contract award and end on the day of Government acceptance of the service. 

    (j)    Sustainable acquisition requirements:

    N/A

    (k)    For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold -

    i.    Description of the procedures to be used in awarding the contract:

    The request for quotation will be written and be posted on the Government-Wide Point of Entry (GPE), currently https://www.sam.gov. 

    ii.    The anticipated award date:

    N/A

    (l)    Intended source and statement of the reason justifying the lack of competition:

    Associated Aircraft Manufacturing and Sales Inc (AAMSI)
    2735 NW 63RD CT, Fort Lauderdale, Florida, 33309-1711, United States
    CAGE Code: 56540

    The authority at FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements, will be utilized.

    Associated Aircraft Manufacturing and Sales Inc. is the only known contractor that has the data, parts, expertise, tools, firmware, software, test equipment, and personnel trained and certified to complete the repair. 

    This requirement can only be performed by the pre-approved source. This acquisition will follow FAR Part 15 procedures.

    All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.

    (m)    Technical Data:

    A technical data package will not be furnished as the Government does not own the technical data for the repair of this transponder set. 

    (17)    First Article: 

    N/A

    (18)    Place of Contract Performance:

    Contractor’s facility. 

    (19)    Set-aside Status:

    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.  

    (20)    NOTICE:

    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.
     

    Key dates

    1. May 7, 2026Posted Date
    2. June 8, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    REPAIR OF B-2 TRANSPONDER SET NSN: 5895-01-383-4052 FW P/N: 159000-7 is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.