Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2026 SAM #8864
SOLICITATION NOTICE

J -- B-52H AN/ALQ-172 ECM System-25-00073

Notice Date
3/2/2026 11:04:24 AM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
FA8522 AFSC PZABB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FD20602500073-PZABB
 
Response Due
3/18/2026 12:30:00 PM
 
Archive Date
04/02/2026
 
Point of Contact
Carson Best, Phone: 730.326-2249, LaEunecia Riley, Phone: 730.327.4693
 
E-Mail Address
carson.best@us.af.mil, laeunecia.riley@us.af.mil
(carson.best@us.af.mil, laeunecia.riley@us.af.mil)
 
Description
This announcement constitutes a Notice of Proposed Contract Action. The Office of AFSC/PZABB intends to award this requirement contract as a follow-on sole source for the OEM awarded a non-commercial contract FA8522-21-D-0002 for the accurate repair services for the B-52H AN/ALQ-172 Electronic Countermeasures (ECM) System, testing, tear down, evaluation, engineering, production, and technical data to keep the aircraft operable to perform their mission. The scope of this requirement includes the repair of components of the AN/ALQ-172 ECM System which are comprised of Radio Frequency (RF), digital, and mixed signal Shop Replaceable Units (SRUs) that shall meet the system/subsystem specifications, Prime Item Functional Specification, Critical Item Developmental Specification, Block Cycle 8 Operational Flight Program (OFP) Requirements Specification, component design and testing specification, B-52H interface control documents and requirements specifications owned by either the Government or the OEMs. The ALQ-172 requirements are military unique and cannot be acquired in the commercial marketplace. The anticipated NSNs 5998014243963EW-Backplane Assembly for Legacy LRU-10-50EA 5998014247126EW- Backplane Assembly for Legacy LRU-1-60/EA 5998014506531EW-Backplane Assembly for Legacy LRU-4-30/EA 5865011985144EW- Transmitter for Legacy LRU-2- 10/EA 5895014856252EW-Control Indicator (LRU-21)-125/EA 6625015743519EW-Spectrum Analyzer for ALM-289 (EMTS)- 5/EA 6625014761411EW-Oscilloscope for ALM-289 (EMTS)-15/EA 5995015084208EW-Cable Assembly, CDU 1553/VIDEO STUB (W93) for ALM-289 (EMTS)- 5/EA 5998011975794EW- CCA for Legacy LRU-1, LRU-10-10/EA 5895015577498EW- Core Memory Unit for Legacy LRU-10- 5/EA 5998012555500EW- CCA for Legacy LRU-10-5/EA 6625015766001EW- Waveform Generator- 20/EA This requirement will be Firm Fixed Price (FFP) and Cost Reimbursement No Fee (CRNF) contract with an anticipated period of performance of five one (1) year ordering periods. The proposed contract action for this requirement will be sole source to the following Contractor: L3 Harris Technologies (CAGE: 28527) 77 River Rd Clifton NJ 07014-2000 This sole source requirement is pursuant to 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. The technical data required to perform these repairs is owned by L3 Harris. Please be advised that this notice is NOT a request for competitive proposals. L3 Harris Technologies (28527) currently provides these long-term sustainment services for the AN-ALQ-172 program under a Contract FA8522-21-D-0002. A determination not to compete this requirement is solely within the discretion of the Government. The Government will NOT be responsible for any cost incurred by interested parties in responding to this synopsis. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. Electronic procedures will be used for this solicitation. All questions and concerns shall be submitted in writing via e-mail the POCs listed in this announcement. NO TELEPHONE QUESTIONS WILL BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3ac63d1073af4967a90e6a677f534930/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN07730911-F 20260304/260302230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.