B-2 Low Observable Signature & Supportability Modifications (LOSSM)
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 Department of the Air Force is conducting a Sources Sought for the B-2 Low Observable Signature & Supportability Modifications (LOSSM) effort. This market research aims to identify qualified sources for system improvements and training support for the B-2 program. The government seeks to determine the appropriate acquisition strategy, which may include full and open competition or sole source. Responses are due January 31, 2026.
Scope of Work
The B-2 SPO is seeking improved and replacement systems for Low Observable (LO) signature measurement. Key requirements include:
- System Improvements: Integrated VNA, new primary interface and software, enhanced ease of use and accuracy, eliminating stand-alone VNAs and RF cables.
- Technical Specifications: Must be Class I, Division 2 of the National Electric Code (NEC), Article 500.5(B).
- Inspection Type: Execute Radio Frequency point inspections (not zonal, visual, or whole body); visual cueing is acceptable.
- Portability & Operation: System must be transportable, calibratable, and operable by a single user.
- Training Support: Contractor tasks include analysis, evaluation, development, production, installation, integration, test, database generation, and sustainment of training systems.
- Security: Future systems must meet Joint Special Access Program Implementation Guide (JSIG) requirements for Authority to Operate (ATO). Personnel will require active Secret security clearances within 30 days of award.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Not specified; both large and small businesses are encouraged to participate.
- NAICS: Anticipated NAICS Code is 541614 (Management Consulting Services). Bidders may suggest alternatives.
- Response Due: January 31, 2026, by 4:00 p.m. EST.
- Published: December 22, 2025.
- Place of Performance: Dayton, OH.
Submission & Evaluation
Interested parties should submit unclassified technical capabilities statements via email to alana.williams.1@us.af.mil.
- Format: Limited to fifteen (15) pages, 12-point font. Proprietary information must be clearly marked.
- Content: Detail company experience, recommended technologies, methods for consolidation, designs for NEC compliance, open systems architecture, risk minimization approaches, measurement acceleration, calibration methodology, RF measurement error/uncertainty, and security/sanitization procedures.
- Required Information: Include business name, representative details, contact information, business size and type, CAGE Code, DUNS Number, and past performance demonstrating ability to meet requirements. State intent to perform as prime or subcontractor.
- SAM Registration: All prospective contractors must be registered in the System for Award Management (SAM).
Additional Notes
This is for informational purposes only and is not a Request for Proposal (RFP), Request for Quote (RFQ), or Invitation for Bid (IFB). The government is not obligated to award a contract and will not reimburse response costs. Questions are due by January 15, 2026, 4:00 p.m. EST, via email to alana.williams.1@us.af.mil, with answers posted on SAM.gov.