Skip to content
Department of Defense

Repair of B-2 Transponder Set, NSN: 5895-01-383-4052FW

Solicitation: FD20302502042
Notice ID: 237fb99166bf448c9177bca78ceebff0
TypePresolicitationNAICS 336413PSC5895Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOKPostedMar 20, 2026, 12:00 AM UTCDueApr 06, 2026, 06:00 PM UTCCloses in 17 days

Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Apr 06, 2026. Industry: NAICS 336413 • PSC 5895.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FD20302502042. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$975,155,580
Sector total $42,854,460,360 • Share 2.3%
Live
Median
$93,207
P10–P90
$31,677$891,110
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.3%
share
Momentum (last 3 vs prior 3 buckets)
+472%($684,927,583)
Deal sizing
$93,207 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OK
Live POP
Place of performance
S Coffeyville, Oklahoma • 73145 United States
State: OK
Contracting office
Tinker Afb, OK • 73145-3015 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
OK20260049 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Oklahoma • Oklahoma
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
OK20260049 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Oklahoma
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+39 more occupation rates in this WD
Davis-Baconstate match
OK20260046 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Lincoln
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+38 more occupation rates in this WD
Davis-Baconstate match
OK20260048 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • McClain
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+38 more occupation rates in this WD
Davis-Baconstate match
OK20260054 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Le Flore, Sequoyah
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
ELECTRICIAN
Base $30.03Fringe $14.03
Rate
POWER EQUIPMENT OPERATOR: Group 1
Base $38.09Fringe $19.05
+23 more occupation rates in this WD

Point of Contact

Name
Caleb Taylor
Email
caleb.taylor.8@us.af.mil
Phone
Not available
Name
Jonathan Payne
Email
jonathan.payne.11@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE SUSTAINMENT CENTER • FA8119 AFSC PZABC
Contracting Office Address
Tinker Afb, OK
73145-3015 USA

More in NAICS 336413

Description

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating a firm-fixed price (FFP) requirements contract for the repair of the B-2 Transponder Set NSN: 5895-01-383-4052FW.  

The requirements set forth in this notice are defined per Purchase Request FD2030-25-02042 as follows:

Written response required.

(1)    Action Code: 

N/A

(2)    Date: 

20 March

(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: 06 April 2026
Anticipated solicitation closing date: ‎May‎ ‎06‎, ‎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.
 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.