BBU-48A/B Impulse Cartridge
ID: FA8213-25-R-B001Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 6, 2025, 12:00 AM UTC
  3. 3
    Due Mar 20, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the production of BBU-48A/B impulse cartridges, a critical component for RR-180 and RR-196 Chaff applications on various aircraft. Contractors must meet stringent qualification criteria, including facility certifications and compliance with technical specifications, to ensure the cartridges' reliability and safety in military operations. This procurement is vital for maintaining operational readiness and enhancing defense capabilities, with a total estimated contract value of approximately $3,996,117. Interested small businesses must submit their proposals by the specified deadline, and inquiries can be directed to David "Nick" Padgett at david.padgett@us.af.mil or Ellis Swenson at ellis.swenson@us.af.mil.

Point(s) of Contact
David "Nick" Padgett
david.padgett@us.af.mil
Files
Title
Posted
Mar 6, 2025, 3:07 PM UTC
The government file outlines the specifications for the procurement of ammunition under RFP FD2020-24-50083. Key responsibilities for contractors include providing timely shipment reports, adhering to safety and transportation regulations, and ensuring compliance with packaging and hazardous materials guidelines. The file details requirements for government-furnished materials, lot numbering, and item marking, emphasizing physical security measures for sensitive materials. Contractors must conduct thorough testing, maintain records for explosive hazard classifications, and submit various documentation, such as Quality Assurance Program Plans and monthly progress reports. There's a focus on compliance with industry standards, including ISO 9001:2015, and adherence to MIL-STD guidelines for materials and manufacturing processes. Additionally, contractors are required to manage diminishing manufacturing sources and materials shortages effectively. The purpose of this document is to establish a clear framework for contractors engaged in the production and delivery of ammunition to ensure safety, compliance, and traceability throughout the procurement process. It serves as a critical reference for government oversight and contractor obligations within the context of federal contracts.
Mar 6, 2025, 3:07 PM UTC
The document pertains to the preparation of Energetic Material Description Sheets and Propellant Loading Authorization Sheets, following the specifications outlined in MIL-STD-1171B. Contractors are required to create these sheets in accordance with the Contract Data Requirements List (CDRL). Data must be stored using the Worldwide Ammunition-data Repository Program (WARP) and accessed through the Munitions History Program (MHP) network. It is emphasized that the requirements of MIL-STD-1171B also apply to any contractors’ suppliers and vendors. The contractor is tasked with entering the necessary data into the WARP system's relevant modules, ensuring accurate submission. Moreover, the document clarifies that a typed signature holds the same legal validity as a handwritten signature, indicating the signatory's authority and commitment to the accuracy of the provided information. This clause underscores the importance of compliance and proper documentation related to energetic materials in government operations.
The document outlines the specific requirements for preparing Ammunition Data Cards (ADCs) and Ammunition Lot Numbers, referring to standards specified in MIL-STD-1168 and associated WARP manuals. Contractors are mandated to develop and submit ADCs for each production lot, regardless of Government acceptance, ensuring compliance with specified military standards. Each ADC must detail all necessary components and follow established lot numbering conventions. It emphasizes that component ADCs are required for specific items and encourages the generation of such ADCs for additional components when applicable. A sample ADC is to be submitted at least 30 days prior to First Article testing to allow for approval within the WARP system, which restricts further submissions until the initial sample is processed. This document serves as essential compliance guidance for contractors involved in federal munitions contracts, ensuring that all ammunition and components are correctly documented and traceable, promoting accountability and quality assurance in military procurement processes.
Mar 6, 2025, 3:07 PM UTC
The document outlines the procedures for rework and repair of nonconforming materials in government contracts. It defines "rework" as reprocessing nonconforming materials to meet contract specifications, while "repair" is intended to make such materials usable without fully conforming. Contractors must document rework procedures and submit them for approval to the Government Quality Assurance Representative (QAR) before implementation, as these may be disapproved. In contrast, repair procedures require submission via a Request for Deviation/Waiver to the Contracting Officer, including causes of nonconformance and preventive actions. Both procedures must ensure reinspection and compliance with reprocessing standards. The document emphasizes that these requirements extend to contractors and their associated supply chains, reinforcing the importance of adherence to quality control measures in federal contracts.
Mar 6, 2025, 3:07 PM UTC
The document outlines the First Article Test process required for contractors in federal contracts. It mandates that the first article represents the production items and adheres to all specified contract requirements, quality assurance provisions (QAPs), and technical data. Contractors are responsible for testing and inspecting the first article and must submit a comprehensive First Article Test Report, which includes all test results and supporting certifications. Waivers for certain inspections and tests are permissible if prior testing has been satisfactorily completed and documented. Furthermore, the contracting officer can request additional first article samples under specific conditions, such as significant changes in production or materials. Notably, the costs for additional testing in case of production changes are to be borne by the contractor. This process ensures compliance with quality standards and facilitates consistent production in federal contracts, highlighting the government’s emphasis on quality assurance in manufacturing.
Mar 6, 2025, 3:07 PM UTC
The document outlines the requirements for Acceptance Inspection Equipment (AIE) used in the military contracting process. It defines key terms and establishes protocols for design, supply, performance, maintenance, and documentation of AIE, ensuring compliance with Technical Data Packages (TDPs) and contract specifications. The contractor is responsible for providing all necessary AIE, which must demonstrate reliability and be calibrated regularly according to specific standards. The document emphasizes the need for Measurement System Analysis (MSA), including stability and reproducibility, and requires submission of AIE packages for government approval. In addition, it highlights the protocols surrounding Non-Destructive Testing (NDT) personnel qualification, ensuring thorough inspection methodologies are employed. The government retains the right to disapprove any AIE failing to meet acceptance criteria and sets guidelines for submitting Navy Furnished Gages (NSIG) while outlining contractor responsibilities related to these gages. This comprehensive framework is essential for maintaining product quality and compliance in government contracts, emphasizing rigorous inspection and testing standards throughout the process.
Mar 6, 2025, 3:07 PM UTC
The BBU-48 Pricing Table outlines the various components and associated costs for the production of Impulse Cartridges, including First Article testing and production plans. It contains designated line items (CLIN) categorized as either Non-Severable Pricing (NSP) or Firm Fixed Price (FFP). Key files include the First Article Test Plan, Production of U.S. Government and Foreign Military Sales (FMS) Cartridges, and the associated testing documentation. Significant items include the production and testing phases, with a total anticipated cost of $3,996,117. The document provides a weighted pricing calculation, emphasizing the importance of pricing in procurement processes. This pricing table serves as a critical component for federal procurement, ensuring compliance and budget adherence in defense-related acquisitions.
Mar 6, 2025, 3:07 PM UTC
The BBU-48 Pricing Table outlines the financial aspects related to the acquisition of impulse cartridges, detailing various components such as the first article testing and production phases. It includes specific line item numbers (CLINs), descriptions of work, and pricing structures categorized into types including "N/A," "NSP" (Not Yet Specified), and "FFP" (Firm Fixed Price). The table indicated unit prices for different quantities of cartridges, revealing a total estimated cost for production and associated data deliverables. Each entry captures necessary details for potential contractors, shedding light on required outputs and testing protocols. The document serves as a resource for stakeholders participating in the federal and state procurement processes, ensuring transparent pricing and clarity in contract expectations as part of broader initiatives to bolster government defense capabilities. It emphasizes meticulous financial breakdowns, which are critical for maintaining budget integrity and contract compliance in federal contracting activities.
Mar 6, 2025, 3:07 PM UTC
The document outlines the Contract Data Requirements List (CDRL) pertaining to contract FD2020-24-50083, which specifies the expectations for multiple data items related to ammunition and explosives management by the contractor, AFLCMC/EBHCC. Each item includes details such as the title, submission frequency, distribution statement, and requirements for electronic submission via the Wide Area Workflow (WAWF). Key data items include the Government Furnished Material Consumption Report, Ammunition Data Card, Performance Oriented Packaging Test Report, and various engineering reports such as the Engineering Change Proposal and Failure Summary. Each report has strict formatting guidelines, submission timelines (often within 30 days of specific events), and specific recipients for electronic reports, emphasizing compliance with the Defense Department's operational standards. The document underscores the importance of adherence to technical data control laws, including the Arms Export Control Act, and suggests a focus on quality assurance throughout the procurement and inspection processes. This structured approach reflects the Department of Defense's commitment to maintaining high standards in defense contracting and supplier compliance.
Mar 6, 2025, 3:07 PM UTC
The government file outlines the solicitation for a contract identified as FA821325RB001, specifically for the procurement of RR-180 Chaff, intended for testing purposes related to the BBU-48 program. The document provides essential details, including a total quantity of 2,400 units, each priced at $17.49. The item falls under the non-serialized category, indicating bulk management, and is classified with specific identifiers such as its National Stock Number (NSN), CAGE Code, and part number. The estimated delivery date for the items is set for November 1, 2024, with the final lot quantity still to be determined. This solicitation reflects the government's strategic acquisition process for military testing components, ensuring compliance with acquisition standards and operational readiness within defense initiatives. It emphasizes the importance of procurement transparency and efficiency in fulfilling defense-related material needs.
Mar 6, 2025, 3:07 PM UTC
The document outlines the justification for qualification requirements regarding the impulse cartridge, identified by Stock Number 1377-01-640-7205 and Part Number 8241124-50, essential for RR-180 and RR-196 Chaff applications on multiple aircraft. It emphasizes the critical nature of the cartridge's manufacturing process, where any discrepancies could lead to significant functional failures, jeopardizing aircraft missions and safety. Prospective bidders must meet stringent qualification criteria, including facility certifications, data verification, process documentation, and test evaluations, to ensure compliance with technical specifications. The qualification procedure comprises several steps, such as pre-contract testing, production capability demonstrations, and government inspections, estimated to cost around $75,000 and take approximately 180 to 360 days. While waivers may be granted for certain prior certifications, all data and processes must align with established standards to qualify successfully. Ultimately, meeting these requirements does not guarantee contract awards, but it allows suppliers in the U.S. to be recognized as approved sources for manufacturing the impulse cartridge, safeguarding both contractor and government interests. The document serves as a critical guide within the broader context of federal procurement protocols and defense contracting practices.
Mar 6, 2025, 3:07 PM UTC
The document outlines the REPSHIP data requirements for the shipment of hazardous materials (HAZMAT) and inert components within the continental United States (CONUS) and from overseas locations. It specifies necessary information for Reporting Shipments, including shipment dates, estimated arrival times, carrier details, and shipment descriptions. Each required element aims to ensure proper documentation and tracking of hazardous materials for safety and compliance. Notable details include the need for security risk categorization, controlled item codes, and explosive weight, ensuring that sensitive cargo is handled and documented according to Department of Defense standards. The document emphasizes the importance of repeating data for conveyances with multiple shipment units and specifies that some information, like lot numbers, while not mandatory, should be included if available. The structure presents a systematic breakdown of each data point required, indicating the meticulous nature of cargo shipment compliance within federal standards. Overall, the REPSHIP protocol aims to enhance the security and management of hazardous materials during transit.
Mar 6, 2025, 3:07 PM UTC
The BBU-48 Tactical Buy RFI (Solicitation: FA8213-25-R-B001) outlines clarifications regarding funding and bidding processes for a government procurement initiative. Key points include the total available funds comprising both U.S. Government (USG) and Foreign Military Sales (FMS) financing. The document indicates that FMS budget details are not typically disclosed in dollar amounts, and the acquisition will follow a buy-to-quantity strategy. Clarifications regarding award splits for FMS requirements and FOB (Free on Board) details for specific Contract Line Item Numbers (CLINs) are provided, confirming both CLINs are FOB Origin. The USG anticipates making award decisions within 30 days following the February 20 solicitation deadline. The document serves to assist potential bidders in understanding the procurement process, specifications, and requirements within the context of federal contracting.
The document provides instructions and requirements for submitting proposals in response to a federal acquisition solicitation. It emphasizes the necessity for offerors to be qualified sources, with a qualification package required for new entrants to ensure compliance with federal regulations. The Contracting Officer (CO) will evaluate proposals based on price competition, with the potential for split-awards or a “winner-take-all” approach depending on the nature of the submissions. Offerors are instructed to present proposals that are clear, concise, and contain sufficient detail, adhering to specific formatting and acceptance criteria. Critical evaluation factors include the submission of a qualified source proposal, a detailed manufacturing plan for producing the BBU-48, and a price proposal formatted according to requirements. The document also outlines necessary contract documentation, including signed contracts and compliance with terms and conditions. Offerors are advised to promptly address any discrepancies and may request debriefings if excluded from competition. The guidance reinforces the importance of meticulous adherence to the solicitation's stipulations to maintain eligibility for award consideration.
Mar 6, 2025, 3:07 PM UTC
The document outlines the evaluation factors and methodology for awarding contracts under the BBU-48 solicitation. It establishes a split award system, where contracts will be distributed among qualified offerors based on their total evaluated prices (TEPs), emphasizing that initial offers should represent the best pricing as the government may award without discussions. The evaluation criteria include being a qualified source, submitting a detailed manufacturing plan, and providing a comprehensive price proposal. The document further explains the calculation of the TEP based on a structured pricing table and includes specifics on how award values will be split depending on the difference in TEP percentages between offerors. It mandates a pre-award survey to ensure compliance with safety standards related to ammunition and explosives, which is crucial for contract award eligibility. Overall, the document serves as a guideline for potential contractors, detailing the requirements and expectations for successful submissions and the process for evaluating and awarding contracts in a competitive bidding environment. It emphasizes both price competitiveness and compliance with safety regulations as key decision factors.
Mar 6, 2025, 3:07 PM UTC
This government document outlines the solicitation for a contract related to the production of BBU-48A/B impulse cartridges, designated under the Defense Priorities and Allocations System. It specifies the requirements for qualified sources, emphasizing that only proposals from companies that submit an accepted qualification package will be considered. The contract includes several line items for first article production and testing, with delivery timelines based on approved test results. It stipulates firm fixed pricing and details on unit quantities, delivery locations, and acceptance conditions. Furthermore, numerous clauses related to contract administration, quality assurance, and compliance with federal regulations are included. The procurement process aims for split awards based on successful proposals, but the government reserves discretion over the final award decisions. Emphasizing the importance of timing, inspection, and acceptance protocols reinforces the need for compliance with stringent guidelines, making this document a critical reference for potential contractors.
Mar 6, 2025, 3:07 PM UTC
Mar 6, 2025, 3:07 PM UTC
The document serves as an amendment to a solicitation relating to the Impulse Cartridge Production for the BBU-48 A/B systems, including details necessary for bidders. The amendment extends the deadline for submission of offers and outlines the methods for acknowledging the receipt of the amendment. Key changes include the addition of a statement regarding restrictions on foreign bidders, who must express their interest before submitting proposals. Additionally, the amendment includes 24 new drawings related to the specifications and requirements for the project. All terms and conditions not modified remain intact, ensuring the continuity of the contractual framework. This amendment is part of an ongoing procurement process aimed at enhancing defense capabilities through the production of critical components.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
CARTRIDGE,20 OUNCE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of a 20-ounce cartridge, under a total small business set-aside. The procurement aims to fulfill specific material and physical requirements as outlined in the solicitation, which is critical for the operation of guided missile launchers. Interested vendors must adhere to strict quality assurance and inspection protocols, with a delivery timeline of 90 days post-award. For further inquiries, potential bidders can contact Amanda Hayward at 717-605-5834 or via email at amanda.r.hayward.civ@us.navy.mil.
Remanufacture of B-1 Cylinder Assemblies (Bungees)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jacqueline.West@us.af.mil for further information.
MK4-3 Signal Cartridge
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island, is seeking sources for the production and delivery of the F562 Signal Cartridge MK4-3 (flame/hot) with a wooden pallet, intended for use in U.S. Air Force and Navy bombing missions. This procurement aims to identify capable manufacturers for approximately 30,000-40,000 signal cartridges annually over a five-year period, with a focus on specialized manufacturing processes and equipment necessary for production. Interested vendors must respond by May 12, 2025, and provide detailed company information, production capabilities, and pricing estimates, with all inquiries directed to Jason Koski or Bridget Kramer via their respective emails.
Remanufacture of B-1B Compressor Housing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Compressor Housing under a firm fixed-price contract. This procurement aims to ensure the availability of critical components necessary for the operational readiness of military aircraft, emphasizing the importance of quality and compliance with federal acquisition regulations. The total award amount for this contract is set at $78,776.78, with a bid submission deadline of June 10, 2025, at 3:00 PM. Interested small businesses, particularly those owned by veterans and women, are encouraged to participate, and inquiries can be directed to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.
1370-01-523-0965 MJU-64 AND 1370-01-551-5659 MJU-66
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the production and delivery of two types of decoys, the MJU-64/B and MJU-66/B, which are designed to protect aircraft from heat-seeking missiles. The procurement requires adherence to strict program management policies, quality management systems compliant with ISO standards, and rigorous testing procedures, including First Article Testing and Lot Acceptance Testing, to ensure that all products meet specified acceptance criteria. These decoys are critical for enhancing the defense capabilities of the U.S. military, and interested contractors must manage production within the U.S. while complying with safety and security measures for handling classified information. For further inquiries, potential bidders can contact Brent Wagner at 717-605-1759 or via email at brent.wagner2.civ@us.navy.mil.
Heavy Weight Fairlead Beam Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of 40 Heavy Weight Fairlead Beam Assemblies to enhance aircraft arresting systems at Tyndall Air Force Base in Florida. The assemblies are critical components that direct the purchase tape path and are essential for the operational integrity of the Aircraft Arresting System (AAS). Interested contractors must comply with stringent technical specifications, including passing a First Article Test (FAT) unless previously qualified, and adhere to national standards for fabrication and delivery. Proposals are due by May 2, 2025, with inquiries directed to SSgt Benjamin Spear at benjamin.spear.1@us.af.mil or Matthew Lahr at matthew.lahr.3@us.af.mil, and the contract is set to be awarded based on both price and technical approach evaluations.
1377-01-211-7211; MJ21; NOMEN CARTRIDGE, ELECTRICAL, CCU-92/A
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of the MJ21 NOMEN Cartridge, Electrical, CCU-92/A. This opportunity is restricted to Pacific Scientific, AZ, and involves items classified as explosive, necessitating a Safety Survey and adherence to specific explosive weight and class requirements. The procurement is critical for military operations, as the cartridges are essential components in various defense applications. Interested parties can reach out to Taytiana E. Figueroa at 717-605-3619 or via email at taytiana.e.figueroa.civ@us.navy.mil for further details, noting that paper copies of the solicitation will not be provided.
FD2020-21-50061
Buyer not available
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.
1377-01-300-3579 MT99, CARTRIDGE, IMPULSE, CCU-114/M
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of the MT99 Cartridge, Impulse, CCU-114/M. This opportunity involves a sole source procurement for an explosive item, and interested vendors must be aware that a Safety Survey will be required, with specific details regarding explosive weight and class outlined in the solicitation. The goods sought are critical components used in military applications, emphasizing the importance of safety and compliance in their manufacturing. Interested parties can reach out to McKenzy S. Harris at 717-605-1368 or via email at mckenzy.s.harris.civ@us.navy.mil for further information.
Propelling Charge Support - 60mm, 81mm, 120mm - Solicitation
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of Propelling Charge Support for 60mm, 81mm, and 120mm artillery programs under Solicitation W519TC-25-R-2008. This opportunity is specifically set aside for small businesses and involves a Firm Fixed Price (FFP) contract with a 100% option quantity, emphasizing the need for adherence to technical specifications and quality assurance protocols. The propelling charge supports are critical components for military munitions, ensuring operational effectiveness and safety. Interested vendors must submit their proposals electronically by April 17, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Riley DeBrock at riley.j.debrock.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil.