Spares: B-2 Hose Assembly, Non-metallic NSN: 4720-01-362-3482FW
Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Mar 04, 2026. Industry: NAICS 336419 • PSC 4720.
Market snapshot
Awarded-market signal for NAICS 336419 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 336419
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:
17 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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.