Low-Rate Initial Production (LRIP) of AN/SSQ-101B sonobuoys
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 Naval Air Systems Command (NAVAIR), Patuxent River, Maryland, is conducting market research (Sources Sought) to identify potential sources for the Low-Rate Initial Production (LRIP) of AN/SSQ-101B sonobuoys. This effort aims to procure sufficient quantities to validate contractor manufacturing and production capabilities and support operational testing. The anticipated contract type is Firm Fixed-Price. Responses are due April 8, 2026, at 17:00 EST.
Scope of Work
This requirement is for the LRIP and delivery of production-representative AN/SSQ-101B sonobuoys. Sonobuoys must meet general performance requirements including reliability, service conditions, electrical, mechanical, acoustic, safety, environmental, product assurance, packaging, marking, and operating requirements, as defined by the Performance Sonobuoy Specifications (PSS). Final sonobuoy assembly is required to be in the United States. Non-recurring engineering funds will not be available.
Required Capabilities & Prerequisites
Potential contractors must possess or acquire fully qualified production-ready designs within 6 months of contract award, with fully functional deliveries beginning within 12 months and completing within 24 months. The Government will not reimburse new businesses for design qualification costs.
Prerequisites for Participation:
- Active SAM Registration: Must have an active registration in SAM (www.sam.gov) with a current CAGE code.
- Valid DD Form 2345: Must have a current and valid DD Form 2345 (Military Critical Technical Data Agreement) on file with the United States/Canada Joint Certification Office.
- Security Clearance: The effort requires a minimum Security Clearance classification of SECRET.
- CMMI Level III: Businesses should be compliant with Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI) Level III for software development and system integration.
- CMMC Level 2: Contractors must achieve Cybersecurity Maturity Model Certification (CMMC) Level 2, confirmed by a third-party assessment, by the time of contract award.
To request the PSS, email Donna Baumgardner (Donna.C.Baumgardner.civ@us.navy.mil) with your CAGE code for verification.
Submittal Information
Interested contractors should submit a detailed capabilities statement package (maximum 10 pages, single-spaced, 12-point font) demonstrating the ability to meet the Key Performance Parameters for the AN/SSQ-101B production sonobuoy. The package must address:
- Detailed plan and estimated schedule for performance.
- Management approach for staffing, including subcontracting/teaming.
- Available resources, corporate policies, quality certifications, and personnel qualifications.
- Company profile (employees, revenue, size, office locations, PCO name, contact info, NAICS, DUNS).
- Prior/current corporate experience (last three years, contract details, POC, description).
Submissions must be in Microsoft Word format and sent via email to Donna Baumgardner at Donna.C.Baumgardner.civ@us.navy.mil.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm Fixed-Price
- Product Service Code (PSC): 5845 (Underwater Sound Equipment)
- NAICS Code: 334511
- Response Due: April 8, 2026, 17:00 EST
- Published: March 24, 2026
Additional Notes
This is for informational purposes only and is not a request for proposal. The Government is under no obligation to award a contract.