Remanufacture of B-52 Ballscrew Assembly
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Air Force (USAF) is conducting market research via a Sources Sought Synopsis for the remanufacture of B-52 Ballscrew Assemblies. This effort aims to identify qualified sources, particularly small businesses, for a potential 5-year requirements contract. Potential bidders must complete a Source Approval Request (SAR) package to be considered. Responses to this market research are due by May 9, 2026.
Purpose
This Sources Sought Synopsis (SSS) serves as market research to notify potential sources of an upcoming requirement, re-advertise qualification requirements, and gauge small business interest. The information gathered will inform the USAF's acquisition strategy, including the determination of a potential Small Business Set-Aside. The Government is interested in all potential sources, including Small Businesses, SDBs, 8(a)s, SDVOSBs, HUBZone, and WOSBs.
Scope of Work
The requirement involves the remanufacture of B-52 Ballscrew Assemblies (P/N 7900832 / NSN 1680015267829RK, estimated 45ea; P/N 7900831 / NSN 1680015267830RK, estimated 80ea). The work generally includes disassembly, cleaning, inspection, assembly, testing, preservation, and packaging to restore unserviceable assets to like-new condition. Potential sources may also be responsible for supply chain management, logistics planning, production forecasting, long-lead time parts procurement, and shipping. Nonrecurring engineering costs for source approval may apply. The NAICS code is 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing) with a size standard of 1,250 employees.
Contract & Timeline
- Opportunity Type: Sources Sought Synopsis (Market Research)
- Anticipated Contract Type: 5-Year Requirements Contract (3-year basic + one 2-year option)
- Estimated Solicitation Date: June 2026
- Estimated Solicitation Closing/Response Date: August 2026
- SSS Response Due: May 9, 2026
- Published: April 9, 2026
Qualification & Submission Requirements
Potential sources wishing to qualify must complete a Source Approval Request (SAR) package as detailed in the Qualification Requirements (QRs). The official QRs are RQR-848, searchable on SAM.gov. SAR packages, which must adhere to specific categories (I, II, or III) based on experience, should be submitted electronically as a single PDF via DoD SAFE to the AFSC Small Business Office (afsc.sb.workflow@us.af.mil). Technical inquiries should be directed to 423SCMS.FedBizOps.Inquiries@us.af.mil. Requests for technical data (if an RDL is absent) should be submitted to AFLCMC.LZP.PubSales@us.af.mil, following the procedures outlined in the "TO Public Sales Fact Sheet," which requires a current, signed DD Form 2345 and a company letterhead request, with a $65 fee per approved Technical Order and a 30-day processing time.
Action Items
Interested sources must select the "ADD ME TO INTERESTED VENDORS" button on SAM.gov by the closing date of May 9, 2026, to be considered participants in this market research. This notice is for informational and planning purposes only and does not constitute a solicitation.