Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2026 SAM #8847
SOURCES SOUGHT

14 -- Flight Data Transmitter Remanufacture

Notice Date
2/13/2026 4:43:48 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8128 AFNWC PZN TINKER AFB OK 73145-9093 USA
 
ZIP Code
73145-9093
 
Solicitation Number
FA812826FDTPH3
 
Response Due
3/15/2026 11:00:00 AM
 
Archive Date
03/30/2026
 
Point of Contact
Joshua M. Irwin, Phone: 4057398826, Devin McLelland, Phone: 4057398851
 
E-Mail Address
joshua.irwin.4@us.af.mil, devin.mclelland@us.af.mil
(joshua.irwin.4@us.af.mil, devin.mclelland@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Flight Data Transmitter (FDT) Remanufacture PN: 50210-307 NSN: 1420-01-361-0713 Platform: Air Launched Cruise Missile (ALCM) CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for the remanufacture effort for the FDT. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards as this survey is for planning purposes and may not result in a solicitation or contract. The government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: Attached is the Boeing FDT envelope drawing, 232-11709, containing a description of the overall performance requirements for the FDT and a Contractor Capability Survey which allows you to provide your company�s capability. The Government may be able to provide additional technical data upon request, but the Government does not possess a complete technical data package at this moment. The government expects to own a full technical data package once order FA8128-24-D-B001/FA8128-24-F-B002 is complete and all deliverables have been received. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. All submissions will be reviewed IAW FAR Part 19 procedures. Questions relative to this market survey should be addressed to Joshua M. Irwin, Procuring Contracting Officer, AFNWC/PZNT. 520-705-3761, joshua.irwin.4@us.af.mil. PURPOSE/DESCRIPTION: The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to execute a full-rate production effort for the remanufacture of the Flight Data Transmitter (FDT), Part Number 50210-307 and NSN 1420-01-361-0713. The objective is to produce 515 remanufactured FDT units. This synopsis is for informational and market research purposes only. This is NOT a Request for Proposal (RFP) and does not constitute a commitment by the Government to issue a solicitation or award a contract. The FDT is a critical line replaceable unit (LRU) used in the ALCM weapon system, and its primary function is to measure and provide rotation in the roll, pitch, and yaw axes as well as normal acceleration to the ALCM during flight. This remanufacturing effort is the follow-on production phase to the FDT Phase II remanufacture readiness program (EA 24-B03), which is scheduled for completion in October 2028. The readiness phase will produce a complete Technical Data Package (TDP), including procedure refinements, acceptance and qualification test plans, six prototype FDTs, and a production line plan. The contractor shall be responsible for a full-rate production effort to deliver 515 remanufactured FDTs at a minimum rate of 94 units per year. Key responsibilities shall include, but are not limited to: Remanufacturing: Disassemble, clean, inspect, assemble, and test unserviceable FDTs to a serviceable, like-new condition. Component Replacement: Replace critical internal components, including gyroscopes, accelerometers, circuit cards, and resistors. Testing & Analysis: Stand up all necessary test equipment to support production throughput. Conduct functional testing, Product Reliability Verification Testing (PRVT), troubleshooting, and any required root-cause failure analysis. Logistics & Supply Chain: Furnish all required labor, materials, facilities, and equipment. Manage the supply chain, including logistics planning, long-lead time parts procurement, and mitigation of diminishing manufacturing sources and material shortages (DMSMS). Delivery: First delivery of remanufactured FDTs must begin no later than August 2030. The remanufactured FDT must meet all original design requirements, OEM specifications, and all nuclear hardness and certification requirements. Upon contract award, the Government will provide the complete TDP, two test sets, and six prototype units developed during the Phase II readiness effort. CONTRACTOR CAPABILITY SURVEY FDT Remanufacture Readiness Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: � Company/Institute Name: � Address: � Point of Contact: � CAGE Code: Phone Number: E-mail Address: Web Page URL: � Size of business pursuant to North American Industry Classification System (NAICS) Code: 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Veteran Small Business (Yes / No) � Central Contractor Registration (CCR). (Yes / No) � System for Award Management (SAM) (Yes / No) � A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Is your company interested in possible subcontracting opportunities? If so, please describe in detail what part or parts of this requirement that your company is capable or interested in performing. All responses should be sent via email. Responses must be received no later than close of business of April 14th, 2023. Please email to Joshua M. Irwin, Procuring Contracting Officer, AFNWC/PZNT. 520-705-3761, joshua.irwin.4@us.af.mil. Questions relative to this market survey should be addressed to Joshua M. Irwin, Procuring Contracting Officer, AFNWC/PZNT. 520-705-3761, joshua.irwin.4@us.af.mil. Part II. Capability Survey Questions (CRITICAL) Describe your knowledge and experience with the Flight Data Transmitter (FDT) TRU-191/A, P/N 50210-307, or LRUs with similar function and design as the FDT. (CRITICAL) Describe your experiences working with the AGM-86 ALCM weapon system and/or a comparable weapon system. If experience is with a similar system, describe its relevance in detail. (CRITICAL) Describe your technical knowledge of and experience with: a. The Flight Data Transmitter (FDT) TRU-191/A, P/N 50210-307, or Line Replaceable Units (LRUs) with similar function and design. b. The hardware and software interface between the FDT and the AGM-86 ALCM, or a comparable weapon system. If experience is with a similar system, describe its relevance in detail. (CRITICAL) Describe your experience executing remanufacture procedures for the LRUs contained in the AGM-86 ALCM weapon system, or other similar and relevant weapon systems.[WM1] [JI2] (CRITICAL) Describe [JI3] your past activities devoted to supporting the sustainment of the AGM-86 ALCM weapon system, or other similar and relevant weapon systems, and support systems with emphasis on nuclear certification requirements and nuclear hardness qualification requirements[JI4] . (CRITICAL) Describe your ability to conduct failure investigations, obsolescence studies, feasibility studies, test performance and experience studies, survivability modeling, reliability predictions, impacts and solutions for the FDT TRU-191/A, or for other nuclear hardened LRUs with similar function and design as the FDT. (CRITICAL) Describe your experience with manufacture, calibration, and maintenance of testers and execution of acceptance testing for LRUs contained in the AGM-86 ALCM weapon system, or other similar and relevant weapon systems. (CRITICAL) Should you have NO experience with design, development, remanufacture, testing, calibration, or any relevant activities associated with the AGM-86B ALCM, explain your confidence in potential to meet remanufacture requirements according to a pre-determined development plan. (CRITICAL) Describe your ability and capability to reproduce/remanufacture the FDT TRU-191/A such that it shall meet the original equipment manufacturer (OEM) specifications and criteria in the Nuclear Surety Plan as well as Nuclear Certification Impact Statement (i.e. facility, equipment, engineering expertise, engineering documentation, qualified technician, production capacity etc.) (GENERAL) Describe relevant technical data in your possession that support the remanufacture activities for FDT TRU-191/A, P/N 50210-307, as previously designed, implemented, and supported by the OEM or other major ALCM subsystems. (CRITICAL) If all necessary technical data is not in possession, state capability/plan to obtain or recreate the full technical data package. (CRITICAL) Describe your quality control programs to ensure the quality of the product. (CRITICAL) List RELEVANT Government and/or commercial contracts with the following information: Contract number and description of services. Contracting officers� names, addresses, and telephone numbers. Program managers�, project leads�, and/or technical leads� names, addresses, telephone numbers and lists of tasks performed for these personnel. (CRITICAL) Describe your ability to support an immediate surge in production or service requirements beyond the baseline of 515 units.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4dcbbd46a71f42faa546c167a98e2dcb/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN07716200-F 20260215/260213230045 (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!  © 1994-2026, Loren Data Corp.