Skip to content
Department of Defense

Active Expendable Decoy (AED) Procurement and Support

Solicitation: N00019-25-RFPREQ-TPM272-0096_01
Notice ID: d6fcfdb0f5b94267a59656c50a6cfef0
TypeSources SoughtNAICS 334511PSC5865DepartmentDepartment of DefenseAgencyDept Of The NavyPostedFeb 25, 2026, 12:00 AM UTCDueMar 11, 2026, 01:00 PM UTCCloses in 15 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: Luton, Central Bedfordshire • United Kingdom. Response deadline: Mar 11, 2026. Industry: NAICS 334511 • PSC 5865.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N00019-25-RFPREQ-TPM272-0096_01. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,906,248,959
Sector total $20,521,343,821 • Share 9.3%
Live
Median
$71,089
P10–P90
$24,114$2,783,767
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
9.3%
share
Momentum (last 3 vs prior 3 buckets)
+6167%($1,846,366,579)
Deal sizing
$71,089 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Luton, Central Bedfordshire • United Kingdom
Contracting office
Patuxent River, MD • 20670-5000 USA

Point of Contact

Name
Elizabeth Lamb
Email
elizabeth.v.lamb2.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR HQS • NAVAL AIR SYSTEMS COMMAND
Contracting Office Address
Patuxent River, MD
20670-5000 USA

More in NAICS 334511

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 Active Expendable Decoys (AED), related support and test equipment and tooling requirements for the F-35, F-18, and other USG platforms. The proposed class of contracting actions will procure a best estimated quantity of approximately 3,000 AEDs per year for the first two years, increasing to approximately 6,000 for follow-on years, as well as initial spare impulse cartridges, support equipment, support equipment repairs and field service representatives for Fiscal Year (FY)27 through FY31 U.S. Navy 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 supplies and 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-Countermeasures and Quick Reaction Capability Equipment. All interested businesses are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. At a minimum, 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 is planned to contain a base year with up to four option years and is intended to satisfy requirements for FY27 through FY31. The anticipated award date is November 2026. The Government anticipates AED end item deliveries will commence as early as four months, but no later than ten months after contract award, and no later than ten months after each respective option exercise. All quantities must be manufactured and delivered within 12 months of the first delivery in each period. Initial production is anticipated to be an estimated 300 devices per month.
ANTICIPATED CONTRACT TYPE: The contract type for this contract is anticipated to be a mix of Fixed Price for production line items (AEDs, impulse cartridges and support equipment) and Cost Reimbursable for support equipment repairs and field service representatives line items.
PROGRAM BACKGROUND: AEDs have provided required Radio Frequency Countermeasure (RFCM) capability to DoD airborne platforms. AEDs are typically completely independent from the rest of the aircraft system, providing additional RFCM capability. F-35 aircraft have tested and integrated AED capability, which resulted in a fielding decision. F-18 aircraft are anticipated to have an AED fielding decision by FY27.
REQUIRED CAPABILITIES: The Contractor must possess the manufacturing technology, infrastructure, and capacity to produce the self-contained RFCM, battery-operated free-fall decoys and conduct verification and inspection testing, as required, for the estimated quantities and within the required timelines detailed above. In addition, the AED solution must meet the following requirements:

  • 2" x 1" x 8" form factor
  • Mission load programmable by the Government
  • Demonstrated RFCM performance capability evaluated at TRL-9, defined as: “Actual system proven through successful mission operations”
  • Evaluated at MRL-9, defined as: “Demonstrated Low-Rate Production capability in place to begin Full-Rate production”
  • Must be qualified for use on F-35 and ready for immediate production
  • Must be qualified and ready for use on F-18 and other USG platforms following a production decision

If existing technical data is necessary to complete these required capabilities, 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 meet the Government’s required timeline. Interested businesses may also submit information that demonstrates how you could potentially meet this requirement for future production opportunities, using capital investment, to include a summary of your current AED capabilities, technical and manufacturing maturities, and your anticipated timeline, risks, and opportunities to achieve the capability requirements in this notice. SUBMISSION DETAILS: Interested businesses shall submit a brief capabilities statement package (no more than twelve (12) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced) demonstrating their ability to deliver the supplies and services described herein without delay upon, contract award, and include, at a minimum:

  • Capability Assessment: Address your company’s ability to deliver the required capabilities within the timelines identified above. Provide supporting evidence for meeting timeline and capability requirements listed above.
  • Data Rights: Identify any data rights restrictions associated with the proposed solution.
  • Cost and Risk Assessment: Identify potential cost and schedule risks and outline specific impacts and mitigation. Discuss ROM costs, e.g. per unit cost, quantity cost breaks, and the degree of risk associated with each element.
  • Business Systems Status: Identify all DCMA-approved business systems and date of latest approval (e.g. Accounting, Property Management, Purchasing, Estimating, etc.).

In addition to these requirements, interested businesses shall adhere to the following submission instructions:

1. Document Type: Microsoft Word
2. Delivery: The capability statement package shall be sent by electronic mail (email) to Elizabeth Lamb; Contract Specialist, at elizabeth.v.lamb2.civ@us.navy.mil.
3. Response Date: Submissions must be received via email no later than 09:00 a.m. Eastern Standard Time on 11 March 2026.
4. No classified information shall be submitted in response to this Sources Sought.
5. Questions or comments regarding this notice may be addressed to Elizabeth Lamb at the above email address. No phone calls will be accepted.
6. All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, Cage Code, and Points-of-Contact (POC) including name, phone number, and email address.
7. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.