SOURCES SOUGHT
J -- Request for Interested Manufacturers AN/ALQ-172 Redesigned LRU-4 Countermeasures Transmitter; NSN 5865-01-718-3672, PN 2688804G002, Redesigned LRU 8 Antenna Control Subassembly: NSN 5985-01-734-3532, PN 2624708G007, Redesigned LRU 21 Control, PN2680721G005
- Notice Date
- 2/12/2026 7:34:26 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- DLA AVIATION AT WARNER ROBINS, GA ROBINS A F B GA 31098-1813 USA
- ZIP Code
- 31098-1813
- Solicitation Number
- FD2060-26-00092
- Response Due
- 3/5/2026 12:30:00 PM
- Archive Date
- 03/20/2026
- Point of Contact
- Charles Duckworth, Todd Stimus
- E-Mail Address
-
charles.duckworth.1@us.af.mil, todd.stimus@us.af.mil
(charles.duckworth.1@us.af.mil, todd.stimus@us.af.mil)
- Description
- FBO Post Title: Request for Interested Manufacturers AN/ALQ-172 Redesigned LRU-4 Countermeasures Transmitter; NSN 5865-01-718-3672, PN 2688804G002, Redesigned LRU 8 Antenna Control Subassembly: NSN 5985-01-734-3532, PN 2624708G007, Redesigned LRU 21 Control Indicator, PN 2680721G005. SUBJECT: Market research is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of the AN/ALQ-172 Redesigned LRU-4 Countermeasures Transmitter; NSN 5865-01-718-3672, PN 2688804G002, Redesigned LRU 8 Antenna Control Subassembly: NSN 5985-01-734-3532, PN 2624708G007, Redesigned LRU 21 Control Indicator, PN 2680721G005. These LRUs are Form Fit Function Interface (FFFI) for the Legacy LRU 4 (NSN 5865-01-533-9874), LRU 8 (NSN 5985-01-290-2072) and LRU 21 (NSN 5895-01-485-6252) ITEM DESCRIPTION The AN/ALQ-172 Redesigned LRU-4 Countermeasures Transmitter; NSN 5865-01-718-3672, PN 2688804G002, Redesigned LRU 8 Antenna Control Subassembly: NSN 5985-01-734-3532, PN 2624708G007, Redesigned LRU 21 Control Indicator, PN 2680721G005. are components of the AN/ALQ-172(V)2 Countermeasure Set (CMS). The Redesigned LRU-4 is a transmitter which provides high level amplification of Pulse Radar (PR), Pulse Doppler (PD) or Continuous Wave (CW) ECM signals and applies various modulations to the PD/CW signals. The Redesigned LRU-4 is also used to recover modulation characteristics of PD/CW signals. The Redesigned LRU-8 provides the high band PAAS with electronically steerable antenna beam in the azimuth plane and a fixed antenna beam in the elevation plane. The high band PAAS consists of identical right and left antennas FWD and AFT, LRU-8R or LRU-8L, respectively. The configuration provides the aircraft with full azimuth hemispheric ECM coverage. The antenna consists of 16 circuit cards, a polarimeter, receive circulator assemblies, a dual circulator driver, BIT limiter, a down converter, and IF phase shifters. The Redesigned LRU-21 controls the operating status of the CMS and displays the type of threat, direction of threats and JAM indications. In addition, LRU-21 is tied to the CMS 1553 bus which permits it to display system test results, load system data and record system operation. Impediment to Competition: The Original Equipment Manufacturer (OEM) for these items is L3Harris Technologies, Inc. (CAGE 28527), which is the design contractor for the Redesigned ALQ-172 suite of LRUs including the LRUs-4, 8 and 21 which are the subject of this SSS. The Government does not currently possess the finalized Redesigned LRUs-4, 8 and 21 production-level data, test specification, or test software. Part of these redesign efforts include delivery of complete Government owned engineering level data and test specification/software; however, this data is not currently available and approved for competitive release. This data is not expected to be delivered and approved by the Government until approximately Q3 FY26 however, the needed test equipment and necessary test equipment technical data to sell off a production asset is also not available. The Enhanced Maintenance Test Set (EMTS) hot mockup and universal Versatile Depot Automatic Station (VDATS) tester are currently in use at L3Harris under contracts for block cycle software development, TPS software development, contracted Shop Replaceable Unit (SRU) level repair requirements, and contracted production LRU requirements for other Redesigned LRUs. This test equipment is expected to be required for follow on contract efforts regarding the block cycle, Optical Character Recognition (OCRs), Deficiency Reports (DRs), etc. And cannot be moved or furnished temporarily to another vendor. Lastly, there are deficiency resolutions which were designed and tested during the redesign phase of this effort and are expected to be implemented during production. Without the required data, knowledge, and test equipment to the system and its necessary system level solutions, vendors other than the OEM will not be able to integrate, test and deliver these units to the required production standard. Any further delay is not acceptable to meet the Government�s requirements for LRU production assets because of the current usage/demand rates and the low Mean Time Between Failure (MTBF) of the legacy LRU-4, 8 and 21. As a result of the information herein, L3Harris Technologies, Inc. is the only known source with adequate knowledge of the Redesigned LRUs and their performance requirements, sufficient production level technical data, and necessary production level test equipment and capabilities needed to produce these items and ensure compatibility of the equipment at the ALQ-172 system level. INTEREST The DLA/AWB Contracting Office intends to award a sole source contract to L3Harris Technologies, Inc. for the manufacture of the Redesigned LRU-4, 8 and 21 in support of the B-52 AN/ALQ-172 bomber program. Other interested parties may identify their interest and capability to respond to the requirement no later than 5 Mar 26 by emailing John Winslett at john.winslett.1@us.af.mil alternate and/or Todd Stimus at todd.stimus@us.af.mil. The Government intends to procure these items using Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. DISCLAIMER This sources sought synopsis 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5cb28375b6474797bea4647e62769f08/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07715075-F 20260214/260212230046 (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 |