Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2026 SAM #8851
SOLICITATION NOTICE

47 -- Spares: B-2 Hose Assembly, Non-metallic NSN: 4720-01-362-3482FW

Notice Date
2/17/2026 12:45:08 PM
 
Notice Type
Presolicitation
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8119 AFSC PZABC TINKER AFB OK 73145-3015 USA
 
ZIP Code
73145-3015
 
Solicitation Number
FD20302600885
 
Response Due
3/4/2026 1:00:00 PM
 
Archive Date
03/19/2026
 
Point of Contact
Caleb Taylor, Phone: 4057394106, Jonathan Payne
 
E-Mail Address
caleb.taylor.8@us.af.mil, jonathan.payne.11@us.af.mil
(caleb.taylor.8@us.af.mil, jonathan.payne.11@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
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 supply of the B-2 Hose Assembly, Non-metallic. The requirements set forth in this notice are defined per Purchase Request FD-2030-26-00885 as follows: Written response required. (1) Action Code: N/A (2) Date: 10 February (3) Year: 2026 (4) Contracting Office Zip Code: 73145 (5) Product or Service Code: 4720 (6) Contracting Office Address: DEPARTMENT OF THE AIR FORCE (DAF) BLDG 3001 SUITE 1AF1-99A TINKER AFB, OK. 73145 (7) Subject: Synopsis of Supply of Hose Assembly Non-metallic (8) Proposed Solicitation Number: FA8119-26-Q-0002 (9) Closing Response Date: Anticipated solicitation issue date: 04 March 2026 Anticipated solicitation closing date: 03 April 2026 (10) Contact Point or Contracting Officer: Caleb Taylor Contract Specialist Caleb.taylor.8@us.af.mil JONATHAN PAYNE Contracting Officer 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: Hose Assembly Non-metallic NSN: 4720-01-362-3482FW Part number: DAA3515A011-019 Quantity: 9 Line Item 0002: Hose Assembly Non-metallic - FIRST ARTICLE NSN: 4720-01-362-3482FW Part number: DAA3515A011-019 Quantity: 1 Line Item 0003: First Article Test Report NSN: Part number: N/A Line Item 0004: Certificate of Compliance NSN: Part number: N/A Line Item 0005: Material Certification NSN: Part Number: N/A Line Item 0006: Non-Recurring Engineering NRE NSN: O&A Part Number: N/A (14) Contract Award Date: N/A (15) Contractor: There are three approved sources for the supply of this item: The Boeing Company (CAGE: 81205) Northrop Grumman Systems Corporation (CAGE: 1W025) ITL Solutions LLC. (CAGE: 7BGA2) (16) Description: (a) National Stock Number (NSN) if assigned: 4720-01-362-3482FW (b) Qualification Requirement: N/A (c) Manufacturer, including Part Number: DAA3515A011-019 (d) Size, dimensions, or other form, fit or functional description: Length: 11.2000; Width: 1.0000; Height: 1.0000; Weight (HP): 0.1700 House Assembly Non-metallic for forward environmental control system for the B-2. (e) Predominant material of manufacture: Non-metallic (f) Quantity, Unit of Issue, including any options for additional quantities: Line Item 0001: 9 EA - HOSE ASSEMBLY, NONME Line Item 0002: 1 EA - HOSE ASSEMBLY, NONME - BUY / FIRST ARTICLE Line Item 0003: 1 EA - FIRST ARTICLE TEST REPORT Line Item 0004: 1 EA - CERTIFICATE OF COMPLIANCE Line Item 0005: 1 EA - MATERIAL CERTIFICATION Line Item 0006: 1 EA - NON-RECURRING EXPENSE (g) Unit of issue: Line Item 0001: Each Line Item 0002: Each Line Item 0003: Lot Line Item 0004: Lot Line Item 0005: Lot Line Item 0006: Lot (h) Destination information: FOB: ORIGIN Line Item 0001: DLA DISTRIBUTION DEPOT OKLAHOMA 3301 F AVE CEN REC BLDG 506 DR 22 TINKER AFB OK 73145-8000 TINKER AFB OK 73145-8000 73145-8000 USA Line Item 0002: FY2303 DDOO SOP FIRST ARTICLE CP 405-855-3961 7330 SENTRY BLVD BLDG 469 DOOR 12 TINKER AFB OK 73145-8000 73145-8000 USA Line Item 0003: FY2303 DDOO SOP FIRST ARTICLE CP 405-855-3961 7330 SENTRY BLVD BLDG 469 DOOR 12 TINKER AFB OK 73145-8000 73145-8000 USA Line Item 0004: FY2303 DDOO SOP FIRST ARTICLE CP 405-855-3961 7330 SENTRY BLVD BLDG 469 DOOR 12 TINKER AFB OK 73145-8000 73145-8000 USA Line Item 0005: FY2303 DDOO SOP FIRST ARTICLE CP 405-855-3961 7330 SENTRY BLVD BLDG 469 DOOR 12 TINKER AFB OK 73145-8000 73145-8000 USA 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: Hose Assembly, Non-Metallic Deliver 09 unit(s) on 03 APR 2028. Early delivery is acceptable Line Item 0002: HOSE ASSEMBLY,NONME - FIRST ARTICLE Deliver 1 unit(s) on 03 APR 2028. Early delivery is acceptable Line Item 0003: FIRST ARTICLE TEST REPORT Deliver 1 unit(s) on 01 JAN 2027. Early delivery is acceptable Line Item 0004: CERTIFICATE OF COMPLIANCE Deliver 1 unit(s) on 01 JAN 2027. Early delivery is acceptable Line Item 0005: MATERIAL CERTIFICATION Deliver 1 unit(s) on 01 JAN 2027. Early delivery is acceptable Line Item 0006: NON-RECURRING EXPENSE Deliver 1 unit(s) on 27 MAR 2027. Early delivery is acceptable (j) Duration of the contract period: The period of performance (PoP) will begin on the day of contract award and end on the day of Government acceptance of supplies. (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 - (m) 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. (n) The anticipated award date: N/A (o) Intended source and statement of the reason justifying the lack of competition: N/A (p) Technical Data: N/A (17) First Article: Required (18) Place of Contract Performance: N/A (19) Set-aside Status: Two or more small businesses capable of supplying 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/6dd8a79665ff42e7858b4c1cec57f216/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN07718024-F 20260219/260217230045 (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.