April 21, 2026

The B-52 System Program Office’s (SPO) mission is to plan and execute modernization and sustainment activities for the B-52 Weapon System to ensure it is safe, affordable, and effective. The B-52, a cornerstone of the US Air Force’s deterrence mission for over 60 years, supports numerous engagements annually. The combination of aging aircraft, more in-depth maintenance, and diminishing sources has driven longer time-in-maintenance at the depot and in the field.

Background

Seventeen aircraft are overhauled each year by the programmed depot maintenance (PDM) line, while approximately twelve aircraft go through phase maintenance in the field (e.g., at the operational base). To ensure the B-52 continues to meet national defense requirements, the B-52 SPO is seeking information from qualified vendors capable of providing innovative solutions to optimize maintenance practices at the field and depot level facilities, reducing time in maintenance.

Objectives

The primary objective of this effort is to provide innovative solutions that facilitate the following: increase aircraft availability, reduce non-mission-capable days and depot flow days, and reduce phase maintenance. Potential partners must be able to assess and adjust maintenance schedules, streamline activities, and group maintenance tasks, effectively managing risk up to the serious risk level. Improvements should be cost effective, reduce the life-cycle cost of the platform, and utilize existing hangar space at the field and depot level. All of this should be accomplished with minimal input from USAF personnel.

Submission Requirements

Interested parties should provide a White Paper response, using the format below.

The White Paper must:

  1. Describe general approach to include phases to accomplish the objective
  2. Describe assumptions
  3. Detailed approach to the objective (engineering approach)
    1. List of tasks
    2. List of deliverables
    3. Communication plan using the B-52 SPO as a liaison for collecting and providing depot and field data requested by the industry partner.
  4. High-level project schedule and timing
  5. Describe rough order of magnitude cost
    • A more detailed cost analysis will be expected later in the process

Deadline

Responses should be submitted to opportunities@ncms.org by COB May 18, 2026.

*** The intention of this Sources Sought is to contract the initiative through the Commercial Technologies for Maintenance Activities (CTMA) contract vehicle. It is important to note that this contract vehicle is a Cooperative Agreement, requiring an in-kind contribution and a CTMA final report. The program also does not allow fixed fee/profit. Please reach out to or opportunities@ncms.org for any questions or concerns regarding these items.

Evaluation Criteria

  • Technical Feasibility. How technically feasible is the proposed solution, given the present state of the technology? Solutions with a lower technological risk profile are favored.
  • Responsiveness. How responsive is the proposed solution? Solutions responsive to the problem identified, without creating new problems, are favored.
  • Viability. How viable is the proposed solution, given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures are favored.
  • Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored.
  • Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored.

Disclaimer and Other Legal Information

NCMS encourages the participation of Disadvantaged Business Enterprises (DBEs), including Minority Business Enterprises (MBEs) and Women’s Business Enterprises (WBEs).

Responding to a Sources Sought, RFI, or Survey does not guarantee that a CTMA Program initiative will result. By submitting a response, you are agreeing to allow NCMS to share your information with the United States government. All submissions containing proprietary information shall be marked accordingly.
Any industry or academia participant awarded a contract by a participating government sponsor pursuant to a Sources Sought, RFI, or Survey will be compensated, under the agreement, on a cost-reimbursable basis. Each project participant will be expected to share in the total project cost by contributing cash or in-kind resources.

Under the CTMA Program, the parties shall limit participation on the project to (1) U.S. citizens, (2) lawful permanent residents as defined by 8 U.S.C. 1101(a)(20), (3) other protected individuals as defined by 8 U.S.C. 1324b(a)(3), and (4) Canadian citizens (pursuant to the principles underlying the Canada-U.S. Free Trade Agreement), if such participation will involve visual inspection of the Technology, Intellectual Property or Technical Information, or oral exchanges of information about the foregoing. We also require the project participants to furnish NCMS, upon request, with proof of the citizenship status of its personnel participating on the project, including (1) U.S. citizens; (2) legal permanent residents; and (3) foreign nationals who are not permanent residents. In instances where it is necessary to involve foreign national employees in the visual inspection of the Technology, Intellectual Property, or Technical Information, or oral exchanges of information about the foregoing, the parties will be required to furnish to NCMS proof of appropriate valid export license, or technical assistance agreement, or exemption from licensing requirements (e.g. Canadian exemption) to the extent required by the International Traffic In Arms Regulations (“ITAR”) or the Export Administration Regulations (“EAR”). A copy of such license or agreement shall be furnished to NCMS before any disclosure of information to such foreign person. In the event a party believes that the subject matter of the project agreement is not covered by ITAR, that party may request a written waiver of the requirements of foreign national provision in the CTMA Agreement, which may be granted if the NCMS contracting officer agrees that ITAR does not cover the subject matter.

These requirements also apply to individuals who have dual citizenship status.