B-2 Low Observable Signature & Supportability Modifications (LOSSM)
ID: FA8616Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8616 AFLCMC WBZK B2WRIGHT PATTERSON AFB, OH, 45433-7148, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Announcement for the Low Observable Signature & Supportability Modifications (LOSSM) program aimed at enhancing the B-2 aircraft's maintenance capabilities. The primary objective is to identify potential contractors with expertise in procurement, analysis, integration, testing, and sustainment of systems designed for Radar Cross Section (RCS) signature defect inspections, focusing on the development of integrated Vector Network Analyzer (VNA) systems that eliminate measurement errors and improve user experience. This initiative is critical for maintaining the B-2's low observable capabilities and ensuring compliance with security requirements, including the need for systems to meet JSIG standards for an Authority to Operate (ATO). Interested parties must respond by January 31, 2026, providing detailed information on their capabilities, and can contact Alana Williams at alana.williams.1@us.af.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    AFLCMC/WB (B-2) is conducting a Sources Sought Announcement for the Low Observable Signature & Supportability Modifications (LOSSM) effort. The goal is to identify potential sources with expertise in procurement, analysis, integration, testing, database generation, and sustainment for the B-2 LOSSM program. This announcement is for informational purposes only and is not a request for proposal. The acquisition strategy is yet to be determined, but the information gathered will inform decisions on full and open competition or sole-source acquisition. The system currently handles data up to Secret/Special Access Required (S/SAR) level, and future systems must meet JSIG requirements for an Authority to Operate (ATO), necessitating a DD254. The core requirement is for a new or improved system for low observable (LO) maintenance, specifically for Radar Cross Section (RCS) signature defect inspections. The current system uses RF probes connected to a VNA and laptop. The B-2 SPO is looking for integrated VNA systems to eliminate measurement errors from RF cables, new primary interfaces and software, and systems that are easier to use and more accurate. The system must be Class I, Division 2 of the National Electric Code (NEC), Article 500.5(B), and execute RF point inspections. It must also be transportable, calibratable, and operable by a single user. Contractors will be responsible for training systems tasks including analysis, evaluation, development, production, installation, integration, testing, database generation, and sustainment. The anticipated NAICS Code is 541614. Responses are due by January 31, 2026, and must address specific capabilities, including miniaturized VNAs, recommended system technologies, consolidation methods, NEC compliance, open systems architecture, risk minimization, accelerated measurements, calibration methodology, RF measurement error, and data security. All personnel assigned to the contract must have active Secret security clearances within 30 days of award.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a firm-fixed-price indefinite-delivery requirements contract for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW. The contract encompasses various repair scenarios, including minor and major repairs, as well as no-fault-found situations, with estimated quantities specified for both the basic and option years. This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, underscoring its importance to national defense operations. Interested contractors must submit their proposals by February 6, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    B-2 TLX Kits, FA821322R3003
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 for further details.
    Door Aircraft
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified suppliers for the procurement of aircraft doors, specifically the main landing gear door for the B-2 aircraft. The contract involves the supply of two units of the door, identified by NSN 1560013674794FW, with specific dimensions and material requirements, and is scheduled for delivery by February 7, 2028. This procurement is critical for maintaining the operational readiness of the B-2 aircraft, and interested parties must submit their proposals by January 16, 2026, with further inquiries directed to Genevee Suba at genevee.suba@us.af.mil.
    REQUEST FOR INFORMATION (RFI) AN/ALR-69A Radar Warning Receiver (RWR) Countermeasure Signal Processor (CSP) Radar Receiver (RR) Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide engineering services for the AN/ALR-69A Radar Warning Receiver (RWR) system, which includes the Countermeasure Signal Processor (CSP) and Radar Receivers (RRs). The procurement aims to enhance the capabilities of the RWR, which is vital for aircraft survivability in complex threat environments, by offering support in areas such as software maintenance, operational flight program support, and hardware conditioning. This five-year contract, currently sole-sourced to Raytheon Company, encourages responses from both large and small businesses, particularly those with experience in classified material handling and technical data generation. Interested parties must submit their capabilities and business information by January 17, 2026, to the primary contact, Desura Gates, at desura.gates.1@us.af.mil, or the secondary contact, Porscha Hicks, at porscha.hicks@us.af.mil.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    AN/ALQ-131 Electronic Countermeasures (ECM) Pod parts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the production and repair of parts related to the AN/ALQ-131 Electronic Countermeasures (ECM) Pod. The procurement aims to gather information on contractors' capabilities, including their expertise in repair procedures, technical data generation, and management of inventory and obsolescence issues. This initiative is crucial for maintaining the operational readiness of the USAF and supporting foreign Military Sales Partners. Interested parties are encouraged to submit their capabilities and relevant information by January 9, 2026, and can contact Daniel Daniels at daniel.daniels.2@us.af.mil for further inquiries.
    LONGERON | 04F | B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified contractors for an indefinite quantity contract (IQC) for the procurement of LONGERON components for the B-52 aircraft. This contract is set aside for small businesses and will cover a base period of five years, with an estimated annual quantity of 40 units, requiring delivery within 250 days after receipt of order. The LONGERON components are critical airframe structural components, and the procurement necessitates contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452, with the solicitation expected to be available on or about December 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    NSN: 6695009541431, TRANSDUCER,MOTIONAL,WSDC:42F,T-38 AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for a non-commercial Firm Fixed Price Contract for the procurement of a transducer (NSN: 6695009541431) specifically designed for the T-38 aircraft. The solicitation, anticipated to be released on January 5, 2026, invites responses from surplus dealers, small business dealers, and distributors who can provide either surplus or newly manufactured materials, with requirements for adequate traceability documentation and pricing information. This transducer is critical for the operational capabilities of the T-38 aircraft, and the government may adjust its acquisition strategy based on the availability of existing inventory. Interested parties should contact Cheryl Broadie at 804-279-5488 or via email at Cheryl.Broadie@dla.mil for further details, as the solicitation will be available on the DIBBS website on the specified date.