Countermeasure Magazines
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 U.S. Air Force Life Cycle Management Center (AFLCMC), Fighters and Advanced Aircraft F-22 Program Office, is conducting market research through a Sources Sought notice to identify potential sources for Countermeasure Magazines. These magazines must be capable of carrying the MJU-68/B flare and interfacing with the AN/ALE-52 Dispensing System. The requirement is for 846 magazines, with manufacturing to commence by October 2026. Responses are due by March 9, 2026, at 12:00 PM ET.
Purpose & Scope
This Request for Information (RFI) aims to identify qualified manufacturers for new countermeasure flare magazines, as current designs are inadequate for new combat flares. The objective is to address rapid capability changes and slow production timelines hindering the F-22's defensive countermeasure employment. Key system requirements include:
- Ability to carry the MJU-68/B flare and interface with the AN/ALE-52 Dispensing System.
- Quantity required: 846 magazines.
- Qualification to F-22 Environmental Control Document airworthiness requirements (including salt-fog, vibration, gunfire, temperature extremes).
- Ability to commence manufacturing by October 2026.
- Possession of a high quality CPAR Rating.
Submission Requirements
Interested parties should submit responses demonstrating their technology and qualifications, not exceeding 20 pages. Submissions must include:
- Company Name, Address, Point of Contact, CAGE Code, Web Page URL.
- Small business status (various categories) and domestic/foreign ownership.
- Indication of interest in prime or subcontractor role.
- Optional: Pictures, drawings, test results, associations with other systems.
- Ability to commence deliveries within 6 months of order.
- Rough Order of Magnitude (ROM) cost estimate.
- Information on current performance of similar work or existing government contracts.
- Indication if the work is a commercial solution.
- Compliance with Buy American Act or Berry Amendment, and product warranty terms.
- Details of any spare parts, new equipment training, and potential product improvements.
- Description of risks associated with fulfillment.
- Rationale for compliance with FAR 52.219-14 (Limitations on Subcontracting) and FAR 52.219-33 (Non-Manufacturer Rule), if applicable.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information
- Set-Aside: None specified (market research stage)
- Product Service Code: 1680 - Miscellaneous Aircraft Accessories And Components
- Response Due: March 9, 2026, 12:00 PM ET
- Published Date: February 9, 2026
- Department/Agency: DEPT OF DEFENSE / DEPT OF THE AIR FORCE
Contact Information
- Primary Contact: Heike Bell (heike.bell.1@us.af.mil, 801-586-1258)
- Secondary Contact: Justin L. Hall (justin.hall.45@us.af.mil, 801-586-8224)
Important Notes
This RFI is for informational purposes only and does not constitute a commitment to procure. The government will not reimburse costs associated with responses. Proprietary data must be clearly marked. Prospective contractors must be registered in the System for Award Management (SAM).