- 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
Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Mar 06, 2026. Industry: NAICS 336413 • PSC 5895.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 336413 (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 336413
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is issuing a solicitation for 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:
09 December
(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) Solicitation Number:
FA8119-26-R-0004
(9) Closing Response Date:
Solicitation issue date: 9 December 2025
Solicitation Amendment 0001 closing date: 06 February 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 Number:
TBD
(12) Contract Award Dollar Amount:
TBD
(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:
TBD
(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:
TBD
(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.
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.