Noun_Receiver Countermeasure_Application_B-2_NSN_5865-01-600-9835NR_Part_Number_185A500-100
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 United States Air Force (USAF) is conducting market research via a Sources Sought Synopsis (SSS) to identify potential sources for the new manufacture of B-2 Receiver Countermeasure components (NSN: 5865-01-600-9835NR, P/N: 185A500-100). While the notice title mentions "Remanufacture," the requirement is specifically for new spares procurement and does not involve repair. This effort, identified by PR# FD20302400202, aims to determine the best acquisition strategy and gauge small business interest. Responses are due by April 17, 2026.
Scope of Work
This SSS seeks firms capable of furnishing all labor, materials, facilities, and equipment for the new manufacture of the specified Receiver Countermeasure. This includes procurement/manufacture of component parts, inspection, testing, preservation, packaging, and shipping. Potential sources may also be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, and managing diminishing manufacturing sources/material shortages. Nonrecurring engineering costs may be associated with becoming an approved source. The estimated requirement is for a minimum of 4 and a maximum of 24 units.
Contract & Timeline
- Type: Sources Sought / Market Research (not a solicitation)
- NAICS: 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing)
- SBA Size Standard: 1,250 employees
- Estimated Solicitation Date: September 2023 (historical context)
- Response Due: April 17, 2026, 8:00 PM EDT
- Published: April 10, 2026
Eligibility & Submission
The Government is interested in all potential sources, including Large Businesses, Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Businesses. There is no set-aside specified at this market research stage; the determination for a Small Business Set-Aside is dependent on qualified small business interest.
Potential sources wishing to be qualified are REQUIRED to complete a Source Approval Request (SAR) package as specified in the Qualification Requirements (QR) for this item. QRs and Repair Data List (RDL)/Engineering Data List (EDL) are attached to the notice. SAR packages should be submitted electronically via DoD SAFE to AFSC/SB (afsc.sb.workflow@us.af.mil) or 429SCMS.SASPO.Workflow@us.af.mil / stacy.cochran@us.af.mil. Technical inquiries should be directed to 423SCMS.FedBizOps.Inquiries@us.af.mil.
Additional Notes
This SSS is for informational and planning purposes only and does not constitute a solicitation. Interested sources MUST select "ADD ME TO INTERESTED VENDORS" on SAM.gov to be considered participants in this market research effort.