Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2026 SAM #8865
SOURCES SOUGHT

58 -- AECM RR-198 and RR-199 CHAFF

Notice Date
3/3/2026 1:09:32 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-RFPREQ-TPM272-0259
 
Response Due
3/16/2026 9:00:00 PM
 
Archive Date
04/01/2026
 
Point of Contact
Catherine Kaler, Elizabeth Lamb
 
E-Mail Address
catherine.i.kaler.civ@us.navy.mil, elizabeth.v.lamb2.civ@us.navy.mil
(catherine.i.kaler.civ@us.navy.mil, elizabeth.v.lamb2.civ@us.navy.mil)
 
Description
DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its requirement to procure RR-198/AL and RR-199/AL Chaff Countermeasures for the Passive Radio Frequency Airborne Expendable Countermeasures (PRFAEC). The proposed contract modification is anticipated to procure RR-198/AL and RR-199/AL to support Fiscal Year (FY) 2027 through FY2028 U.S. Navy, Foreign Military Sales (FMS), and Other Customer requirements. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. ELIGIBILITY: The Product/Service Code (PSC) most appropriate for this contract is 5865: Electronic Countermeasures, Counter-Measures and Quick Reaction Capability Equipment. All interested businesses are encouraged to respond. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a �Secret� Facility Clearance. ANTICIPATED PERIOD OF PERFORMANCE: This contract modification is planned add to two option years and is intended to satisfy Government requirements for FY27 through FY28. The anticipated award date is November 2026. Manufacturing and delivery lead times shall require no more than six (6) months to commence deliveries. All quantities within each option period must be manufactured and delivered within 12 months of the first delivery in that period. ANTICIPATED CONTRACT TYPE: The contract type for this contract is anticipated to be Firm-Fixed-Price. PROGRAM BACKGROUND: The RR-198/AL and RR-199/AL Chaff Countermeasures are designed to defeat enemy radar guided anti-aircraft missiles. The RR-198/AL Chaff is an advanced countermeasure developed with Millimeter Wave technology capable of producing high Radar Cross Section (RCS) across the desired spectrum. The RR-198/AL Chaff is designed to protect against radar-guided surface-to-air and air-to-air missiles. The RR-198/AL National Stock Number (NSN) is 5865-01-689-3734. The RR-199/AL Chaff is a training countermeasure developed with RCS coverage similar to the RR-188/AL Chaff. The RR-199/AL National Stock Number (NSN) is 5865-01-689-3739. REQUIRED CAPABILITIES: The Contractor must possess the manufacturing technology, infrastructure, and capacity to produce both RR-198/AL and RR-199/AL chaff countermeasures and conduct verification and inspection testing, as required, for the estimated quantities and within the required timelines detailed above. Interested businesses shall demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. Interested businesses shall demonstrate the capability to complete the requirement within the Government�s required timeline. You may also submit information that demonstrates how you could potentially meet this requirement for future production opportunities. INCUMBENT: This is a follow-on requirement. The incumbent contractor is Armtec Countermeasures Company, Coachella, CA 92236. SUBMISSION DETAILS: Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced) demonstrating their ability to perform the services described herein without delay upon contract award; Documentation should be in bullet-point format. The capability statement package shall be sent by email to catherine.i.kaler.civ@us.navy.mil and elizabeth.v.lamb2.civ@us.navy.mil no later than 3:00 p.m. Eastern Standard Time on 17 March 2026. Questions or comments regarding this notice may be addressed to Contracting Officer (PCO), Elizabeth V. Lamb or Contract Specialist, Cat Kaler at the above email addresses. All responses shall include Company Name, Company Address, Company Business Size, Company Cage Code, and Points-of-Contact (POC) including name, phone number, fax number and email address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c8b070197d0d4125b9a6e64e196f1e5b/view)
 
Place of Performance
Address: Patuxent River, MD, USA
Country: USA
 
Record
SN07733223-F 20260305/260303230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.