ACES Sequencer Phase III
ID: FA8213-25-R-3003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8213 AFLCMC EBHKHILL AFB, UT, 84056-5820, USA

NAICS

Explosives Manufacturing (325920)

PSC

CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS (1377)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the ACES Sequencer Phase III project, which focuses on the design, development, and qualification testing of sequencers for ACES II and ACES 5 Ejection Seats. This initiative aims to modernize existing systems that are nearing obsolescence, incorporating critical enhancements such as improved environmental and software testing, anti-tamper security measures, and support for various seat configurations. The successful contractor will be responsible for hardware procurement, system integration testing, and compliance with military standards, ensuring the operational reliability and safety of military aviation ejection systems. Proposals are due by April 3, 2025, and interested parties can contact Sharon Davis at sharon.davis.16@us.af.mil or Shasta Selwood at shasta.selwood@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for the ACES Seat Sequencer Program Phase 3 under contract number FD2020-25-50609. It details various data items the contractor must provide, including meeting agendas, presentation materials, meeting minutes, integrated program management reports, risk management status reports, and inspection/testing reports. The submissions are classified according to their titles, formats, frequencies, and requiring offices, predominantly under the AFLCMC/EBHJ office. Each data submission is associated with specific guidelines for formatting, timeframes—generally requiring reports to be submitted electronically within defined periods—and distribution restrictions per U.S. Government agencies. The document emphasizes compliance with export regulations and outlines potential penalties for violations. The structured approach reflects a commitment to accountability and systematic project oversight, ensuring deliverables align with government expectations while safeguarding sensitive information.
    The document outlines the Transportation Data for Solicitations form (DD Form 1653), which is used in procurement processes within the federal government. It specifies requirements for reporting transportation details associated with solicitations, including various shipping terms, transportation clauses, and evaluation criteria for bids or proposals. Key sections include the identification of the commodity, shipping stock number, F.O.B. (Free on Board) terms, and applicable Federal Acquisition Regulation (FAR) citations. The form also incorporates administrative notes regarding specific shipping instructions for Foreign Military Sales (FMS), classified materials, and expedited shipping recommendations. Additionally, it emphasizes the importance of contacting the Defense Contract Management Agency (DCMA) for proper shipping guidance and issuing instructions before transit. The document serves as a vital regulatory tool to ensure compliance with transportation protocols and cost evaluations in federal contracts.
    The document outlines the government's Request for Proposal (RFP) FA8213-25-R-3003 for the acquisition of services related to the ACES Sequencer Phase 3 project, specifically focusing on explosives manufacturing. It is issued by the Department of the Air Force and categorizes the contract as unrestricted, with a preference for small businesses and a specific NAICS classification (325920) allowing up to 750 employees. The RFP states that offers must be submitted by April 3, 2025, detailing the contractor's obligations, including project deliverables and compliance with quality assurance standards. The solicitation emphasizes the necessity for compliance with various federal regulations and conditions, including higher-level quality requirements and adherence to the Buy American Act. The project involves a cost-plus-fixed-fee structure with specific deliverables such as progress reports and test plans. The document also includes clauses regarding inspections, acceptance, and payment procedures through an electronic platform. This RFP reflects the government's commitment to advancing defense capabilities while ensuring adherence to ethical contracting standards and promoting small business participation.
    The document outlines packaging and marking requirements for government contracts, specifically focusing on military specifications and international standards pertaining to packaging materials. It emphasizes the need for adherence to various standards such as MIL-STD-2073-1 for military packaging and ASTM D3951 for commercial packing. All wooden packaging materials must comply with the International Standards for Phytosanitary Measures No. 15 to prevent the introduction of invasive species. Instructions are provided for contracting officers, detailing procedures for evaluating existing containers and the proper packaging of hazardous materials, which must follow significant regulatory measures including various Code of Federal Regulations and military manuals. Additionally, contractors are responsible for providing detailed packaging data in accordance with specified forms. This document serves as a comprehensive guide to ensure compliance with federal and military standards, highlighting essential data, specialized packaging requirements, and safety protocols for hazardous materials, thus supporting efficiency and safety in the procurement process for government contracts.
    The Statement of Work issued in September 2023 outlines specific preservation, packaging, and marking requirements for military materials, emphasizing adherence to various technical standards and military specifications. Contractors must apply MIL-STD 2073-1 for military packaging, including coding and documentation as per the Contract Data Requirements List (CDRL). The guidelines also cover regulated packaging for hazardous materials, safety data sheets, and international standards for phytosanitary measures. Contractors are required to properly mark and label shipments using MIL-STD 129 and ensure compliance with numerous federal regulations, including those relating to electrostatic materials. Special Packaging Instructions may be accessed through the SPIRES website, and any discrepancies in packed assets must be reported via the Web Supply Discrepancy Report system. Additional details include the handling of reusable containers and the necessity for Safety Data Sheets in accordance with federal standards. Overall, the document establishes comprehensive protocols aimed at ensuring safe and compliant packaging practices for the Department of Defense.
    The ACES Seat Sequencer Program Phase 3, overseen by the Air Force Life Cycle Management Center, focuses on the design, development, and qualification testing of sequencers for ACES II and ACES 5 Ejection Seats. This phase aims to advance from earlier development stages and involves critical activities such as hardware procurement, system integration testing, and compliance with specified military standards. The existing configuration is nearing obsolescence, necessitating updates that incorporate earlier phase recommendations. Key requirements include enhanced environmental and software testing, anti-tamper measures for security, and the ability to support various seat configurations during testing. Program management will involve regular reviews, risk assessments, financial tracking, and documentation of progress against established benchmarks. Overall, this initiative is essential for ensuring the operational reliability and safety of ejection systems used in military aviation, reflecting a commitment to modernization and adherence to rigorous military specifications.
    Lifecycle
    Title
    Type
    ACES Sequencer Phase III
    Currently viewing
    Solicitation
    Similar Opportunities
    Drogue Severance Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the procurement of Drogue Severance Assemblies under solicitation number FA8213-25-R-3002. This requirement includes multiple line items for ballistic devices used in aircraft ejection systems, with a total quantity of 700 units to be delivered to Hill Air Force Base, Utah, within 18 months after contract award. The goods are critical for life support systems in military aircraft, emphasizing the importance of reliability and safety in explosive manufacturing. Interested contractors must be qualified sources by the time of contract award, with proposals due by May 2025; for further inquiries, contact Abbigail Clawson at abbigail.clawson@us.af.mil or Roger Mott at roger.mott@us.af.mil.
    OA testing of DODIC MH59 (ACES II Inertia Reel Gas Generator)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking contractors to perform ordnance assessment testing on the ACES II Inertia Reel Gas Generator, specifically for DODIC MH59. The contractor will be responsible for conducting both non-destructive and ballistic tests on a sample of 45 units, adhering to established testing protocols and delivering comprehensive reports on the findings, including any anomalies or defects. This testing is crucial for evaluating the performance and reliability of military devices, ensuring operational readiness within the Department of Defense. Interested parties should contact Tammy Kershner at tammy.r.kershner.civ@us.navy.mil or call 301-802-6161, with all testing to be completed within 120 days of receiving the government-furnished material.
    C-5 Two-Man and Three-Man Passenger Seats
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is seeking to establish a contract for the acquisition of C-5 Two-Man and Three-Man Passenger Seats, specifically NSNs 1680-01-206-5362 and 1680-01-206-5361. This procurement aims to secure a single Requirements Indefinite Delivery Contract (IDC) with ETI Tech, Inc., as the sole source, due to the lack of available data for manufacturing these items. The contract will require an initial delivery period of 18 months, with subsequent orders expected every 12 months, and includes estimated quantities for various ordering periods. Interested parties should direct inquiries to Victor Henderson or Jimmy H. Hicks via their provided emails, with the Request for Proposal (RFP) expected to be posted within 15 days following this notice, and proposals due by March 31, 2025.
    Pioneering Aerospace Capabilities, Engineering and Research
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals for the Pioneering Aerospace Capabilities, Engineering, and Research (PACER) initiative, specifically targeting advancements in aerospace technologies. The initiative encompasses several programs, including the Aggressive Embedded Propulsion & Operability (AEPO) and the Survivable Next-generation Autonomous Propulsion and Power (SNAPP), aimed at enhancing propulsion systems and overall aerospace capabilities for military applications. This procurement is critical for developing innovative solutions that improve operational effectiveness and efficiency in both crewed and uncrewed systems. Interested offerors must submit their proposals electronically via DoD SAFE, with key deadlines including January 27, 2025, for AEPO and November 4, 2024, for SNAPP. For further inquiries, potential participants can contact Erin Plessinger at erin.plessinger@us.af.mil.
    F-100 Nozzle Augmenter Ex
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of 734 F-100 Nozzle Augmenter Ex units, which are critical safety components for military aircraft. The procurement requires adherence to specific specifications and includes first article and qualification assessments, with delivery timelines ranging from March 31, 2025, to June 30, 2026. This solicitation is significant due to the military application of the technology, and it is not set aside for small businesses, with restrictions on foreign participation. Interested vendors should submit proposals by the closing date of March 12, 2025, and may contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.
    B-1 Handles FD2020-25-50044
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for Aircrew Flight Equipment and Survival components, focusing on Handles for Hatch Jettison, Types II and III. This initiative aims to assess the market for competitive procurement opportunities and to encourage participation from small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned. The handles are critical components for ensuring the safety and efficiency of aircrew operations. Interested parties are invited to submit their relevant experience and company details by 5:00 PM MST on March 18, 2025, and should direct inquiries to Shasta Selwood at shasta.selwood@us.af.mil or Sharon Davis at sharon.davis.16@us.af.mil.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of C-5 Visor Door Actuators under solicitation number FA8538-25-R-0003. This procurement aims to repair and maintain electronic and precision equipment, with a focus on ensuring the operational integrity and safety of critical aircraft components. The contract will span multiple ordering periods of one to five years, emphasizing compliance with rigorous quality assurance practices and documentation requirements. Interested vendors, including small, women-owned, and veteran-owned businesses, must submit their proposals by May 8, 2024, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil.
    F100-PW-220 Sprayring Manifold Assemblies
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, as outlined in the solicitation FA812124R0019. This procurement involves multiple ordering periods with firm fixed prices for specified quantities of manifold assemblies, along with detailed data requirements and provisions for additional work. The initiative is crucial for maintaining and managing essential aircraft parts, ensuring efficient operational readiness for the Air Force. Interested contractors must submit their proposals by the new deadline of March 31, 2025, and can direct inquiries to William Heckenkemper at william.heckenkemper@us.af.mil or Savannah Mincey at savannah.mincey@us.af.mil.
    Augmenter Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the Augmenter Nozzle SE, a critical component in aircraft engine manufacturing. The procurement requires contractors to submit a First Article Qualification Test Plan and a Test/Inspection Report, ensuring compliance with stringent manufacturing standards and quality assurance protocols before full-scale production. This opportunity is vital for maintaining the reliability and safety of military aircraft systems, emphasizing rigorous testing and inspection processes. Interested parties should contact James Headington at James.Headington.1@us.af.mil for further details, with submissions expected to adhere to specified timelines and quality standards.
    Air Launched Cruise Missile Air Supply Initiators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the procurement of Air Launched Cruise Missile Air Supply Initiators, identified by part number 103377-29. This Sources Sought notice aims to conduct market research to identify responsible sources capable of competing for this contract and to assess the possibility of a total Small Business Set-Aside. The Air Supply Initiators are critical components for air-launched cruise missiles, underscoring their importance in defense operations. Interested parties are encouraged to submit their qualifications, including relevant experience in engineering, manufacturing, and testing similar components, to Stephanie Martin at stephanie.martin.24@us.af.mil. Please note that the government will not reimburse any costs incurred during this submission process, and responses are sought from all small business classifications, including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned businesses.