BBU-48A/B Impulse Cartridge
ID: FA8213-24-R-B012Type: Presolicitation
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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the production of the BBU-48A/B Impulse Cartridge, with a focus on engaging qualified small businesses under a Total Small Business Set-Aside. The procurement requires contractors to submit a qualification package, as only proposals from qualified sources will be considered, emphasizing the importance of compliance with military standards and safety protocols throughout the manufacturing process. The BBU-48A/B cartridges are critical components for aircraft operations, necessitating stringent quality assurance measures and adherence to detailed specifications. Interested vendors should direct inquiries to Ellis Swenson at ellis.swenson@us.af.mil or Aaron Parr at Aaron.Parr.1@us.af.mil, with proposals expected to align with the outlined requirements and deadlines as specified in the draft solicitation documents.

    Files
    Title
    Posted
    The document outlines specifications for ammunition procurement under government contracts, detailing essential requirements for contractors. Primary tasks include timely shipment reporting, adherence to safety and security protocols for arms and ammunition, and compliance with numerous military standards. Contractors must submit detailed shipping documents and reports on Government Furnished Material (GFM) every 90 days, with strict guidelines on ammunition testing and performance standards included. Key topics covered include hazard classification, packaging requirements, leak testing protocols, and stringent quality assurance measures. The contractor is required to implement a comprehensive quality management system, adhere to hazard classification procedures, and maintain traceability of all materials used. Regular reporting on project progress, conducting first article tests, and ensuring compliance with contract modifications and variances also feature prominently. In addition, the document stresses the importance of managing diminishing manufacturing sources and counterfeit risks, mandating submission of relevant management plans and reports. Overall, the government seeks to ensure high standards in the supply and management of ammunition while prioritizing safety, regulatory compliance, and accountability in the procurement process.
    The document outlines the responsibilities of contractors regarding the preparation and submission of Energetic Material Description Sheets and Propellant Loading Authorization Sheets, following MIL-STD-1171B requirements. Contractors must manage these documents as per the Contract Data Requirements List (CDRL) and utilize the Worldwide Ammunition-data Repository Program (WARP) for data storage. Furthermore, the Munitions History Program (MHP) provides access to the WARP and requires accurate on-screen data entry by contractors. Legally, typed signatures on the documents carry the same weight as handwritten signatures, and signatories certify the truthfulness and accuracy of the information provided. This framework ensures uniformity and accountability in the handling of energetic materials, which is critical for compliance with military standards in government contracts. Overall, the main purpose of the document is to ensure that contractors adhere to specific data management protocols for munitions in alignment with military guidelines.
    The document outlines requirements for the preparation and submission of Ammunition Data Cards (ADCs) and Ammunition Lot Numbers as part of a federal procurement process. It specifies adherence to MIL-STD-1168 and the WARP user’s manual, emphasizing that contractors must develop ADCs for each production lot regardless of government acceptance and include detailed component listings. These components must also have their own ADCs compliant with established standards. The document further dictates that lot numbers must conform to MIL-STD-1168 conventions and be utilized for all ammunition and major components. Additionally, it encourages a flow-down of ADC requirements to subcontractors and mandates the inclusion of any component RFV/ECPs on the ADC. The submission of a sample ADC is required 30 days prior to testing or production commencement. This structured guidance aims to ensure consistency and compliance in the documentation of ammunition data across all associated contractors and suppliers in federal procurement processes.
    The document outlines procedures for the rework and repair of nonconforming materials within government contracts, emphasizing compliance with specifications and contract requirements. It defines "rework" as the complete reprocessing of nonconforming materials to meet original requirements, while "repair" involves partial addressing of nonconformance without full compliance. Contractors must document their rework procedures and submit them for government review before implementation, with the Government Quality Assurance Representative (QAR) holding authority for disapproval. Similarly, repair procedures require submission through a Request for Deviation/Waiver (DD Form 1694) to the Contracting Officer. Each submission must describe the causes of nonconformance and preventive actions. Furthermore, both procedures must include provisions for reinspection, superseding Technical Data Package standards. Additionally, the policy stipulates that the rework and repair processes extend to contractors' suppliers and subcontractors, ensuring a comprehensive supply chain approach. This document serves as a guideline to ensure quality control in government contracting and restricts nonconformities in the final deliverables.
    The document outlines the requirements for a First Article Test (FAT) as part of a government contract. It specifies that the first article must correspond to the items to be produced and must be manufactured using the same processes and materials anticipated for production. The contractor is responsible for inspecting and testing the article against drawing, specifications, and Quality Assurance Provisions (QAPs), with certain waivers allowed for previous tests and certifications under specific conditions. The contractor must prepare a comprehensive First Article Test Report that details all test results and includes certifications where applicable, with findings also documented by the Government Quality Assurance Representative using DD Form 1222. Conditions may arise where additional tests are required, especially after major changes in process or a production lapse exceeding 90 days. All costs associated with these additional tests will be borne by the contractor. This document is integral to ensuring quality and compliance in government contracting, reflecting the government's emphasis on thorough testing and validation before full-scale production.
    The document outlines the requirements and guidelines for Acceptance Inspection Equipment (AIE) used by contractors to ensure compliance with contract specifications for products within the Air Force procurement framework. It begins with a clear definition of essential terms and continues to detail the responsibilities of contractors regarding the design, supply, and documentation of AIE. Key provisions include the need for government-approved designs, inspection procedures, and compliance with specific technical standards like ASME and ISO guidelines. The document emphasizes the importance of measurement system analysis (MSA), requiring contractors to demonstrate that their AIE systems are stable, repeatable, and reproducible. It further outlines the necessity for periodic calibration of AIE, responsibility for non-destructive testing qualifications, as well as procedures for contractor-proposed modifications to AIE. Additional segments address requirements for packaging submittals, communication standards, and the government's authority to disapprove AIE that fails to meet acceptance criteria. The document serves as a comprehensive guide for ensuring that AIE used in inspections meets stringent government specifications, reflecting the broader aims of accountability and compliance in federal contracting.
    The BBU-48 pricing table outlines the costs and structure related to the acquisition of impulse cartridges for government use. It includes several Contract Line Item Numbers (CLIN) detailing the items and their respective pricing types, such as Fixed Firm Price (FFP) and Not Separately Priced (NSP). Key components of the table include first article testing procedures, production quantities, and associated costs, culminating in a total proposed price of $3,500,000. The document emphasizes the need for a first article test plan and report, ensuring compliance and performance standards before full-scale production. The pricing structure is crucial for government procurement processes, aiming to establish transparent financial expectations while ensuring product quality through testing and reporting protocols.
    The BBU-48 Pricing Table outlines the components and pricing structure for the impulse cartridge project under federal Request for Proposals (RFP). It details various Contract Line Item Numbers (CLINs) associated with the first article and production phases, categorized into types such as non-severable price (NSP) and firm fixed price (FFP). The table lists descriptions for each CLIN, including test plans, production, and data requirements. It further provides insights into pricing, with unit and total prices specified for various quantities of cartridge production. Key points include the differentiation of pricing types, illustrating government procurement structures for both domestic and foreign military sales (FMS). The weighted price calculations show how unit prices are assessed against weights for more comprehensive financial evaluations, emphasizing cost-efficiency in government contracting. This document serves as a critical reference for potential offerors participating in the bidding process, ensuring they submit competitive and compliant proposals based on the outlined requirements. Overall, it reflects the structured approach to federal grants and contracts management.
    The document outlines a government solicitation for the procurement of BBU-48 impulse cartridges, classified as a Rated Order under the Defense Priorities and Allocations System. It includes detailed instructions for potential offerors on submission requirements, the nature of the contract, and evaluation factors. The solicitation specifies that only qualified sources can submit proposals; those without a qualification package will not be considered. Contract awards may vary depending on the proposals received, with the possibility of split-awarding among multiple successful bidders or choosing a winner-take-all approach. The scope includes producing first articles and quantities of cartridges, along with data reporting in compliance with security and quality standards. Government representatives are designated for contract oversight, with stipulations for inspection and acceptance at specified locations. It also addresses unique item identification for delivered items, invoicing procedures, and contract clauses that govern payments and delivery specifics. Overall, the document serves as a framework for executing a government contract while ensuring compliance with various regulations and specifications regarding defense-related procurement.
    The document presents a comprehensive Contract Data Requirements List (CDRL) for a federal contract (FD2020-24-50083) managed by the Department of Defense (DoD), focusing on multiple data items necessary for the development and management of ammunition systems. Each data item includes specific titles such as Government Furnished Material Consumption Report and Acceptance Test Plan, detailing submission frequencies, required formats, distribution statements, and necessary approvals. Data must be submitted electronically via the Wide Area Workflow (WAWF) system, ensuring compliance with standards and addressing critical technology protocols. The document underscores the significance of technical data management and documentation integrity, especially concerning arms export control regulations. It emphasizes stringent oversight for submissions, approval timelines, and the implications of potential non-compliance. The CDRL serves as both a guidance framework and compliance tool essential for maintaining safety, accountability, and regulatory adherence within defense procurement processes.
    The document outlines the justification for qualification requirements concerning the procurement of the Cartridge, Impulse BBU-48A/B (NSN: 1377-01-640-7205). It emphasizes the critical nature of the item in aircraft operations, requiring stringent manufacturing and testing conditions to prevent functional degradation. A qualified supplier must demonstrate its ability to meet technical specifications, including facility capabilities and data verification, before any contract is awarded to mitigate risks associated with aircraft performance. The qualification process involves several key steps: notifying the appropriate Air Force activity, certifying facility requirements, verifying data and processes, and conducting test evaluations. A prospective offeror must complete a First Article Test demonstrating compliance with all requisite specifications. The estimated cost for qualification is $75,000, with a completion timeline of 180 to 360 days. Waivers for certain qualification criteria may be applied for by offerors meeting specified conditions. Final approval rests with the designated Air Force department, which will confirm whether the offeror meets all qualification standards. Successful qualification does not guarantee a contract award, underscoring the need for rigorous supplier vetting in defense procurement.
    This document outlines the instructions and requirements for a federal acquisition process, specifically addressing qualified sources for contract proposals. It emphasizes that only proposals from qualified sources, whose qualifications have been accepted, will be considered. The Contracting Officer can determine whether adequate price competition exists, which may impact the need for additional pricing data. Offerors are instructed to follow a specific proposal format, provide sufficient detail, and specify the validity of proposals within a designated time frame. Evaluation criteria include having a qualified source proposal, submitting a detailed manufacturing plan for the BBU-48, and completing a pricing table. The proposal must also include necessary contract documentation, including representations and certifications. Offerors must clearly state any exceptions to the terms and conditions, providing comprehensive rationale for each. The main purpose of the document is to ensure compliance with acquisition regulations while facilitating structured, competitive submissions from potential contractors. This approach fosters transparency and competitive fairness in government procurement processes while ensuring that contractor capabilities align with the project requirements.
    This document outlines the evaluation criteria and procedures for awarding contracts related to the BBU-48 acquisition. The government will utilize a split award approach, distributing funds among selected offerors based on their total evaluated prices (TEPs), with awards favorably tilted toward the lowest price that meets all submission requirements. Key evaluation factors include demonstrating qualification as a source, submitting a detailed manufacturing plan, and presenting a price proposal that adheres to specified formats. The TEP will also reflect any significant price differences among proposals for the distribution of funds. Additionally, a pre-award survey will assess contractor capabilities and compliance with ammunition and explosives safety protocols. Ultimately, adherence to all solicitation requirements is crucial, as failure to comply may lead to ineligibility for award. The overall aim is to ensure a fair and effective procurement process that prioritizes cost-effectiveness and safety in contract awards.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    PBU-48 25mm Frangible Armor Piercing (FAP) Cartridge
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to establish a Firm-Fixed-Price Requirements Indefinite Delivery Contract (IDC) for the manufacturing and procurement of PBU-48 25mm Frangible Armor Piercing (FAP) Cartridges, which are critical for supporting the United States Air Force and Foreign Military Sales customers. The contract will include a basic ordering period of 12 months with an estimated quantity of 200,000 cartridges, followed by four annual ordering periods with quantities of 150,000 each, beginning in fiscal year 2025. This procurement is designated as a sole source requirement to American Rheinmetall Munition Inc., as only one responsible source can meet the agency's needs. Interested parties should note that the solicitation is expected to be issued on October 25, 2024, with proposals due by December 6, 2024; for further inquiries, contact Shirley Breeze at shirley.breeze@us.af.mil.
    BDU-50 D/B CDI Practice Bombs with MHU-149/E Pallet or MHU-122/E Pallet
    Active
    Dept Of Defense
    The U.S. Army Contracting Command seeks proposals for a five-year indefinite delivery contract with a minimum order of 8,004 BDU-50 D/B CDI practice bombs for naval operations. Offerors must meet stringent security requirements and provide a Small Business Participation Plan. The contract, focused on bomb components like pallets and suspension lugs, will be awarded based on technical merit, past performance, pricing, and small business involvement. To access classified technical data, vendors must register and obtain approval. Proposals are evaluated using the ASSIST tool, with pricing details and past performance data playing a critical role in the award decision. The contract emphasizes security and data management, requiring contractors to adhere to comprehensive security protocols and deliver data items within specified timelines.
    10--EJECTOR,CARTRIDGE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Ejector Cartridges, specifically NSN 1095014482178. The procurement includes three lines: 26 units to be delivered within 479 days, and two additional units with delivery timelines of 120 and 434 days, all to DLA Distribution Jacksonville. These components are critical for military applications, falling under the category of weapons and auxiliary equipment manufacturing. Interested small businesses are encouraged to submit their quotes electronically, with inquiries directed to the buyer via email at DibbsBSM@dla.mil.
    1377-01-550-8543, DWGY, CCU-167/B Impulse Cartridge
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of 818 units of the DWGY, CCU-167/B Impulse Cartridge, identified by the part number 1377-01-550-8543. This procurement falls under the NAICS code 325920, which pertains to Explosives Manufacturing, and is critical for military applications involving cartridge and propellant actuated devices. Interested vendors should note that the deadline for submission is November 4, 2024, and can direct inquiries to Alexander Bonner at 717-605-4237 or via email at alexander.bonner@navy.mil for further details.
    MIL-DTL-32151B, Impulse Cartridge, CCU-71/A
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to draft specifications for the MIL-DTL-32151B, Impulse Cartridge, CCU-71/A, with the aim of accommodating various design solutions and processes while encouraging a diverse vendor base. This initiative is crucial for the development of cartridge and propellant actuated devices and components, which play a significant role in national security applications. Interested parties can request copies of the draft document by emailing CommandStandards@navy.mil, with the review period concluding on September 18, 2024. It is important to note that this announcement is not a solicitation for bids.
    T-6A and/or T-38C Aircraft Cartridges, Initiator, Time Delays, Under Seat Rocket Motors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the procurement of T-6A and/or T-38C Aircraft Cartridges, Initiators, Time Delays, and Under Seat Rocket Motors. This market research aims to assess the availability of responsible sources with the engineering and manufacturing capabilities necessary for producing egress components for these aircraft, which are critical for ensuring pilot safety and operational effectiveness. Interested parties, particularly small businesses including those designated as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, are encouraged to respond with their qualifications and relevant experience by 3:00 PM on September 30, 2024. For inquiries, contact Annette Howard at annette.howard@us.af.mil or call 801-586-4047.
    MIL-DTL-32194C, Impulse Cartridge, CCU-72/A
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to draft specifications for the MIL-DTL-32194C, Impulse Cartridge, CCU-72/A, with the aim of accommodating various design solutions and processes while encouraging a diverse vendor base. This initiative is crucial for the development of cartridge and propellant actuated devices and components, which play a significant role in national security applications. Interested parties can request copies of the draft document by emailing CommandStandards@navy.mil, with the review period concluding on September 16, 2024. It is important to note that this announcement is a special notice and not a solicitation for proposals.
    FD2020-21-50061
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE AIR FORCE is seeking CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS. The service/item being procured is a set of cartridges with specific part numbers (NSN:1377-01-269-8058ES,1377-01-269-8059ES,1377-01-270-0860ES,1377-01-454-9874ES, 1377-01-454-9875ES,1377-01-454-9862ES) and the NOUN is CARTRIDGE, IMPULSE.
    F-15 Initiators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 Initiators, which are critical components used in aircraft ejection systems. The procurement focuses on ensuring compliance with stringent specifications related to explosive manufacturing, including quality assurance standards and detailed documentation requirements for hazardous materials. These initiators play a vital role in the safety and operational readiness of F-15 aircraft, underscoring their importance in military operations. Interested contractors should direct inquiries to Roger Mott at roger.mott@us.af.mil or call 801-558-3802, with proposals evaluated based on the lowest price that meets technical specifications.
    Igniter S & A
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified sources regarding the procurement of Igniter Safe & Arm Devices (S&A) for the Minuteman III Intercontinental Ballistic Missile (ICBM) program. The Air Force aims to evaluate the need for replenishment spares of the Igniter S&A, which is a critical component that prevents inadvertent ignition of the missile's motor. This sources sought synopsis is intended for market research purposes to identify potential suppliers and assess their capabilities, with a focus on small businesses, including Service-Disabled Veteran-Owned, HUBZone, and Women-Owned entities. Interested parties should submit a white paper capability statement to Robert Nielson at robert.nielson@us.af.mil, with responses due by the specified deadline. The Air Force emphasizes that this notice does not guarantee a solicitation will be issued, and no costs will be reimbursed for responses.