The Air Force Life Cycle Management Center contemplates awarding an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the flexible acquisition and sustainment of the B-2 weapon systems. This effort includes assuming platform integration responsibility for the current B-2 weapon system baseline and will include future enhancements, modifications, or improvements. The flexible acquisition and sustainment of the B-2 weapon system will contain multiple contract types at the contract line item level (e.g., firm fixed-price, cost-plus incentive fee, cost-plus fixed fee, time and material) to accommodate a wide range of potential tasks. Contract efforts are subject to FAR 52.232-18 Availability of Funds. Contract(s) may include level of effort and discrete tasks for sustainment of the existing aircraft configuration, as well as planning, development, test, qualifications, integration, production, installation, fielding, and sustainment of B-2 current, new, or upgraded capabilities. Sustainment activities for existing capability will include analysis, planning, and execution of Programmed Depot Maintenance (PDM); product support, software maintenance; interim contract support, as required; Contract Depot Maintenance; Technical Order development/publication/maintenance; Contractor Integrated Technical Information Services (CITIS); configuration and data management; and spares and support equipment procurement and sustainment. B-2 acquisition and sustainment support requires robust expertise in multiple functional areas including systems engineering, program management, contracting, pricing, financial management, subcontract management, and facilities management. Core technical engineering disciplines requiring robust competency include electrical systems; flight systems; information assurance; cybersecurity; material sciences survivability/vulnerability; nuclear certification/hardness and nuclear surety; software; avionics; communications/airborne networking; operational safety, suitability, and effectiveness; systems; structures; and aerospace. In addition, the ability to implement Defense Department processes for major defense contractors, e.g., earned value management and program reporting are also required. Sufficient capability must exist to perform PDM planning for the fleet of 20 aircraft. PDM planning activities including provisions for manpower, equipment, facilities, business support systems, security, materiel, support infrastructure, induction/delivery scheduled, test requirements, ROMs for labor and materiel impacts, and drop-in aircraft maintenance plans. Provide contractor repair on programmed and known/unknown non-programmed B-2 weapon system items identified for repair/modification. Product support requires the contractor to identify, evaluate, and recommend solutions to resolve B-2 weapon system hardware and software technical and supportability anomalies, deficiencies, and problems. Integrate hardware modifications with software and testing to verify adequate proposed engineering problem solutions. Provide software support efforts required to analyze software change requests, software anomalies, software changes, and deficiencies and anomalies identified in the field. Software changes include requirements development, design, code, test and integration, administrative support, flight test interfacing, firmware manufacturing, and retrofit processes. Efforts for mission planning systems, B-2 training systems, and other mission essential ground equipment include identifying and evaluating impact to those systems resulting from air vehicle/field anomalies, aircraft integrations/modifications, and software changes. Develop and maintain B-2 systems related technical orders, as required. Provide maintenance of CITIS for Government to access all B-2 aircraft flexible acquisition and sustainment requirements or improvements to be acquired. The AFLCMC B-2 System Program Office is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements for this contract. Qualified sources must have an in-depth knowledge of the B-2 aircraft design and have the existing capability to perform all of the statement requirements commencing 1 May 2024. Interested sources must submit the following information for Government evaluation: (a) Description of existing weapon system experience relative to flexible acquisition and sustainment support activities to include an outline of previous work performed; (b) Description of capability to design, develop, integrate, fabricate, test, install, and support improvements to weapon systems. This description shall include the contractor’s capability to provide for the security of classified and unclassified hardware/software and shortage/handling of documentation up to the TOP SECRET SPECIAL ACCESS REQUIRED (SAR) level. Minimum personnel security clearance requirements for this effort are SECRET; (c) Organizational structure, with emphasis on how this program fits into the company’s overall weapon system acquisition and sustainment processes; (d) Information on existing laboratory, test, and production facilities needed to accomplish these requirements including TEMPEST facilities needed to develop and test hardware and software; (e) Any deficiencies in capabilities, a proposed fix to those deficiencies, and a timeline for completion of deficiencies before 1 May 2024; (f) If subcontractors are utilized, similar information as requested above for the prime contractor is required for each identified subcontractor. The capabilities package should be concise and clearly demonstrate an ability to meet the statement requirements; packages should be no more than 15 pages (single-spaced, 12 pt, Times New Roman). Charts, graphs, photos aren’t included in the page count. Recent and relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), women-owned small business (WOSB), 8(a) certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAIS) code for this action is 541330, Engineering Services: Military and Aerospace Equipment and Military Weapons. Interest sources shall include their company size and CAGE code in the information provided. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Interested firms should submit sufficient information which will permit evaluation of technical capabilities within 15 calendar days from the date of this announcement. Electronic submission should be in a Microsoft Office 2016 compatible format and should be sent to Scott Ashelman at scott.ashelman@us.af.mil. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from the potential Offerors when an Offeror prefers not to use established channels to communicate his/her concerns during the proposal development stage of this acquisition. Potential Offerors should use established channels to request information, pose questions, and voice concerns before resorting to the use of the Ombudsman, Col Sean Tucker; Deputy Director, Acquisition Excellence & Program Execution Directorate; AFLCMC/AQ-AQ at AFLCMC/AQ_AZ Workflow (Acquisition Excellence), ASCA@us.af.mil. Routine communication concerning this acquisition should be directed to Scott Ashelman at scott.ashelman@us.af.mil.