Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2025 SAM #8762
SOLICITATION NOTICE

58 -- Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW

Notice Date
11/20/2025 8:15:03 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
FD20302501608
 
Response Due
12/5/2025 7:00:00 AM
 
Archive Date
12/20/2025
 
Point of Contact
Morgan Wallar Larsen, Phone: 4057394476, Lance Culver
 
E-Mail Address
morgan.wallar_larsen@us.af.mil, jimmy.culver@us.af.mil
(morgan.wallar_larsen@us.af.mil, jimmy.culver@us.af.mil)
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating a firm-fixed price (FFP) indefinite-delivery requirements contract for the repair of the B-2 Keyboard, Data Entry. The requirements set forth in this notice are defined per Purchase Request FD2030-25-01608 as follows: Written response required. (1) Action Code: N/A (2) Date: 20 November (3) Year: 2025 (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 Data Entry Panel (8) Proposed Solicitation Number: FA8119-26-R-0004 (9) Closing Response Date: Anticipated solicitation issue date: 5 December 2025 Anticipated solicitation closing date: 4 January 2026 (10) Contact Point or Contracting Officer: MORGAN WALLAR LARSEN Contract Specialist 405-739-4476 morgan.wallar_larsen@us.af.mil JIMMY �LANCE� CULVER Contracting Officer jimmy.culver@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: Keyboard, Data Entry (Minor Repair) NSN: 5895-01-527-7727FW Part number: 160749-08-01 3-Year Basic: BEQ = 10 1-Year Option 1: BEQ = 4 1-Year Option 2: BEQ = 4 6-Month Extension: BEQ = 2 Line Item 0002: Keyboard, Data Entry (Major Repair) NSN: 5895-01-527-7727FW Part number: 160749-08-01 3-Year Basic: BEQ = 22 1-Year Option 1: BEQ = 7 1-Year Option 2: BEQ = 7 6-Month Extension: BEQ = 4 Line Item 0003: Keyboard, Data Entry (No Fault Found) NSN: 5895-01-527-7727 Part number: 160749-08-01 3-Year Basic: BEQ = 16 1-Year Option 1: BEQ = 2 1-Year Option 2: BEQ = 2 6 Month Extension: BEQ = 1 Line Item 0004: Over & Above NSN: O&A Part Number: N/A 3-Year Basic: Lot = 1 1-Year Option 1: Lot = 1 1-Year Option 2: Lot = 1 6-Month Extension: Lot = 1 Line Item 0005: Over & Above (Surge-Expedite Fee) NSN: O&A Part Number: N/A 3-Year Basic: Lot = 1 1-Year Option 1: Lot = 1 1-Year Option 2: Lot = 1 6-Month Extension: Lot = 1 Line Item 0006: Data & Reports NSN: N/A Part Number: N/A 3-Year Basic: Lot = 1 1-Year Option 1: Lot = 1 1-Year Option 2: Lot = 1 6-Month Extension: Lot = 1 Line Item 0007: Material Lay-In NSN: N/A Part Number: N/A 3-Year Basic: Lot = 1 1-Year Option 1: Lot = 1 1-Year Option 2: Lot = 1 6-Month Extension: Lot = 1 Line Item 0008: Repair Management NSN: N/A Part Number: N/A 3-Year Basic: Lot = 1 1-Year Option 1: Lot = 1 1-Year Option 2: Lot = 1 6-Month Extension: Lot = 1 (14) Contract Award Date: N/A (15) Contractor: There is one approved source for the repair of this item: GE Aviation Systems LLC. (CAGE: 35351). (16) Description: (a) National Stock Number (NSN) if assigned: 5895-01-527-7727FW (b) Qualification Requirement: N/A (c) Manufacturer, including Part Number: GE Aviation Systems LLC PN: 160749-08-01 (d) Size, dimensions, or other form, fit or functional description: Length: 26.0000; Width: 15.0000; Height: 14.5000; Weight (HP): 0.2650 The Data Entry Panel (DEP) provides personnel with the capability of monitor and controlling the avionics systems. (e) Predominant material of manufacture: Metal Alloy with electronic components (f) Quantity, Unit of Issue, including any options for additional quantities: Line Item 0001: 3-Year Basic: BEQ = 10; 1-Year Option 1: BEQ = 4; 1-Year Option 2: BEQ = 4; 6-Month Extension: BEQ = 2 Line Item 0002: 3-Year Basic: BEQ = 22; 1-Year Option 1: BEQ = 7; 1-Year Option 2: BEQ = 7; 6-Month Extension: BEQ = 4 Line Item 0003: 3-Year Basic: BEQ = 6; 1-Year Option 1: BEQ = 2; 1-Year Option 2: BEQ = 2; 6-Month Extension: BEQ = 1 Line Item 0004: 3-Year Basic: Lot = 1; 1-Year Option 1: Lot = 1; 1-Year Option 2: Lot = 1; 6-Month Extension: Lot =1 Line Item 0005: 3-Year Basic: Lot = 1; 1-Year Option 1: Lot = 1; 1-Year Option 2: Lot = 1; 6-Month Extension: Lot = 1 Line Item 0006: 3-Year Basic: Lot = 1; 1-Year Option 1: Lot = 1; 1-Year Option 2: Lot = 1; 6-Month Extension: Lot = 1 Line Item 0007: 3-Year Basic: Lot = 1; 1-Year Option 1: Lot = 1; 1-Year Option 2: Lot = 1; 6-Month Extension: Lot = 1 Line Item 0008: 3-Year Basic: Lot = 1; 1-Year Option 1: Lot = 1; 1-Year Option 2: Lot = 1; 6-Month Extension: Lot = 1 (g) Unit of issue: Line Item 0001: BEQ Line Item 0002: BEQ Line Item 0003: BEQ Line Item 0004: Lot Line Item 0005: Lot Line Item 0006: Lot Line Item 0007: Lot Line Item 0008: Lot (h) 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 (i) Delivery schedule: Line Item 0001: Minor Repair Deliver 1 unit(s) 90 days ARO 1 EA . Early delivery is acceptable Line Item 0002: Major Repair Deliver 1 unit(s) TBN . Early delivery is acceptable Line Item 0003: No Fault Found Deliver 1 unit(s) MONTHLY DELIVERY SCHEDULE: 45 days ARO 1 EA . Early delivery is acceptable Line Item 0004: Over & Above Deliver 1 unit(s) MONTHLY DELIVERY SCHEDULE: IAW PWS . Early delivery is acceptable Line Item 0005: Over & Above (Surge Expedite Fee) Deliver 1 unit(s) MONTHLY DELIVERY SCHEDULE: IAW PWS . Early delivery is acceptable Line Item 0006: Data & Reports IAW Basic Contract. Line Item 0007: Material Lay-In Deliver 1 unit(s) MONTHLY DELIVERY SCHEDULE: IAW PWS . Early delivery is acceptable Line Item 0008: Repair Management Deliver 1 unit(s) IAW PWS . Early delivery is acceptable (j) Duration of the contract period: 3-Year Basic with two (2) 1-Year Option periods and the 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. (k) Sustainable acquisition requirements: 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 - 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 (m) Intended source and statement of the reason justifying the lack of competition: GE Aviation Systems LLC 3290 Patterson AVE SE, Grand Rapids, Michigan, 49512, United States CAGE Code: 35351 The authority at FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements, will be utilized. GE Aviation Systems LLC 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. (n) Technical Data: A technical data package will not be furnished as the Government does not own the technical data for the repair of this amplifier subassembly. (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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/41f646ad66444f4c81c9b3668a19a099/view)
 
Place of Performance
Address: Tinker AFB, OK, USA
Country: USA
 
Record
SN07648181-F 20251122/251120230040 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.