UPDATE 25 MAR 2025: The following questions have been asked:
Government's Answer: The USAF is evaluating the CERP engine test cell strategy. Vendors need to assess both engine test cell options, vendor and USAF.
UPDATE 12 MAR 2025: The following question has been asked: Will the Kit supplier be responsible for providing the Rolls Royce engine, as part of the install kit?
Government's Answer: The kit supplier will be responsible for delivering the kit contents as listed in the SSS, completing the engine build up (production engine will be provided as GFP), accomplish post engine build-up testing to produce a “ready for install” engine and then provide the RFI engine to the customer.
B-52J Commercial Engine Replacement Program (CERP) Installation Kit Production and Interim Contractor Support
SOURCES SOUGHT SYNOPSIS (SSS) #CERP-25-0001
General Introduction:
1. The Air Force Life Cycle Management Center (AFLCMC) is conducting a market assessment to identify potential sources, and companies that may possess the expertise, capabilities, and experience to respond to the requirements listed in this document. AFLCMC is issuing this SSS to explore cost effective options and identify parties having an interest in the production phase of the B-52J (Formerly CERP). This SSS is issued solely for information and planning purposes and will inform the acquisition strategy for the production phase of the B-52J.
2. The intent of this notice is not a request for competitive proposals. Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this SSS. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this SSS will be solely at the responding party’s expense.
3. AFLCMC is not seeking proposals at this time and will not accept unsolicited proposals.
4. Not responding to this SSS does not preclude participation in any future RFP, if any is issued. Small Businesses are encouraged to provide responses to this SSS in order to assist AFLCMC in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent subcontract plan goal percentages. The acquisition strategy is still being developed. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. If it is a small business set-aside, FAR 52.219-14, Limitations on Subcontracting will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they could comply.
5. Note that, if there is sufficient demonstrated interest and capability among small business contractors, then it may be determined that a small business set-aside is appropriate. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage.
6. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the SAM.Gov website for additional information pertaining to this SSS.
7. Responders are solely responsible for all expenses associated with responding to this inquiry. This announcement is not to be construed as a formal solicitation. It does not commit the government to reply to the information received, or to later publish a solicitation, or to award a contract based on this information.
Companies may be contacted if additional information is needed to fully understand the marketplace and/or comments to the requirements presented below.
Purpose:
The B-52J CERP production phase requirements include:
The Government does not intend to treat these requirements as separate efforts. Responders must address all requirements within this Sources Sought Synopsis.
Prior to the B-52J production phase, The Boeing Company will:
The anticipated aircraft modification kit contents are shown below.
Engine Struts (OEM Spirit Aero)
Integrated Drive Generators (OEM Collins)
Hydraulic pumps (OEM Parker)
Engine nacelles and fairings (OEM Spirit Aero)
Generator Control Units (OEM Collins)
Hydraulic reservoirs
Engine throttle controls
Power distribution boxes (OEM Boeing)
Power wiring
Engine start switches
Air starter auxiliary unit (OEM Honeywell)
Control wiring
Engine instrument display (OEM L3 Collins)
Air starter auxiliary unit controller
Attachment hardware
Engine data concentrator units (OEM Boeing)
Hydraulics panel in cockpit
Pneumatic pre-coolers
Electrical panel in cockpit
Pneumatic components and ducting
Anti-ice systems (OEM Liebherr)
Air Data System Probes (OEM Collins Rosemont)
True Air Temp Sensors (OEM Collins Rosemont)
REQUIREMENT 1: ACQUIRING B-52 CERP AIRCRAFT MODIFICATION KITS
REQUIREMENT 2: PROVIDING B-52 CERP INTERIM CONTRACTOR SUPPORT
The proposed North American Industry Classification Systems (NAICS) Code is 336411, which has a corresponding Size Standard of 1500 employees. The Government is interested in all businesses to include, Small Businesses, Small Disadvantaged Businesses 8(a) s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.
Responses to questions from interested parties will be promptly answered and posted on the SAM.gov website, unless some release of proprietary information is involved, or the answer addresses a question specific to a company or that company’s response. Post submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to responders to clarify the government’s understanding of their submittal, the capability ramifications, or to discuss their business approach. Information feedback sessions may be offered to respondents after the SSS assessments are completed.
AF Point of Contact (POC) for this SSS:
Ashley A. Brink, Contracting Officer
Kaysi Simmons, Contract Specialist
Contracting Office Address:
3001 Staff Drive
Tinker Air Force Base, OK 73145
Verbal questions will NOT be accepted. All questions will be answered via posting answers to the SAM.gov website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 27 March 2025.
Sources Sought Responses:
1. Company/Institute name
2. Address
3. Point of Contact
4. Cage Code
5. DUNS Number
6. Phone Number
7. E-mail Address
8. Web page URL
The North American Industry Classification System (NAICS) Code for this action is 336411, size standard 1,500 employees. Based on the NAICS Code, state whether your company qualifies as a:
a. Small Business (Yes/No)
b. Women Owned Small Business (Yes/No)
c. Economically Disadvantaged Small Business Women Owned Small Business (Yes/No)
d. 8(a) Certified (Yes/No)
Date Certified:________________
e. HUB Zone Certified (Yes/No)
f. Veteran Owned Small Business (Yes/No)
g. Service Disabled Veteran Owned Small Business (Yes/No)
h. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership).