5 KSI Strand Burner
ID: FA822725R2535Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8227 AIR FORCE MATERIEL COMMAND OL H PZIMBHILL AFB, UT, 84056-5805, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals for the acquisition of a 5 KSI Strand Burner system to enhance testing capabilities for propellant materials at Hill Air Force Base, Utah. The procurement includes a comprehensive system featuring a 5000 PSI Clover Leaf Triple Strand Burner, remote valve rack, control console, and data acquisition system, along with installation, training, and a warranty of 13 months post-delivery. This equipment is critical for conducting precise chemical analysis and ensuring operational efficiency under extreme conditions, adhering to stringent safety protocols. Proposals are due by 1500 MST on April 28, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email for further information.

Files
Title
Posted
Mar 26, 2025, 11:05 PM UTC
The government aims to award a contract for a 5 KSI Strand Burner but reserves the right to withdraw if deemed in its best interest. Proposals must comply with strict submission guidelines to be considered valid. Offerors must provide necessary information clearly and concisely, demonstrating their capabilities without merely restating requirements. The proposal period must last at least 120 days, with electronic submissions preferred. Each proposal will be evaluated based on specified technical and pricing criteria, divided into three main parts: Price Proposal, Technical Proposal, and Contract Documentation. The Technical Proposal must detail how the Offeror intends to meet design, installation, and documentation requirements while the Price Proposal must summarize the Total Evaluated Price for specified contract line items. Offerors must also be prepared to provide further pricing information as needed and identify any exceptions to solicitation requirements. The process emphasizes clear communication with the designated Contracting Officer and adherence to submission timelines and formats, ensuring all proposals meet the Government's standards for consideration and evaluation. This solicitation reflects typical procedures in government RFPs focusing on transparency, compliance, and competitive evaluation.
Mar 26, 2025, 11:05 PM UTC
The government acquisition document outlines the procedures and criteria for awarding a contract under the Lowest Price Technically Acceptable (LPTA) methodology. The primary aim is to select a single contractor to supply a 5 KSI Strand Burner, emphasizing adherence to specified terms and technical requirements without opportunities for technical tradeoffs. Initial offers must contain the best price and technical terms, as the government intends to award the contract without discussions, though it retains the right to engage in discussions if deemed necessary. Evaluation criteria encompass price and technical factors, with the price being assessed for completeness, reasonableness, and Total Evaluated Price (TEP). Technical proposals must demonstrate the offeror’s capability to meet the solicitation's requirements through detailed plans that go beyond merely restating said requirements. Proposals are rated as acceptable or unacceptable based on their compliance with outlined subfactors, including requirements fulfillment, installation logistics, and documentation provision. Importantly, the government reserves the right to reject all proposals based on quality or funding availability, and offerors must clearly state any exceptions to solicitation terms to avoid disqualification. This document serves as a guide for potential vendors participating in this solicitation process, detailing expectations and evaluation methodologies within the context of federal procurement.
Mar 26, 2025, 11:05 PM UTC
The document is the DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for a specific procurement process related to the "5 KSI Strand Burner." It details the requirements for submitting an Acceptance Test Plan, including timelines and responsibilities for both the contractor and the government. The contractor must provide this plan in WORD format at least 30 days prior to acceptance testing, and the government has a maximum of 5 business days to respond with comments. There are specific requirements for the submission of the draft and final versions of the plan, along with the need for a Comment Resolution Matrix (CRM). Additionally, the document specifies distribution restrictions and a destruction notice for sensitive data. It provides instructions for completing the form, including categorizing the data item and determining pricing groups based on the necessity of the data for the contracted effort. The overall goal is to ensure that necessary technical data and plans are provided in a structured format while complying with government standards and facilitating effective communication between contracting parties. This CDRL plays a critical role in managing expectations and deliverables in defense contracts.
Mar 26, 2025, 11:05 PM UTC
The DD Form 1423-1, a Contract Data Requirements List, outlines the specifications for submitting essential data items related to contracts within the Department of Defense (DoD). It details responsibilities for contractors and government personnel, including data item identification, submission timelines, and acceptance processes for the Acceptance Test Report (ATR) linked to the 5 KSI Strand Burner. The document specifies that the ATR must be submitted in editable format within 3 days post-testing, with subsequent reviews and approvals regulated by defined timeframes. The distribution of information is limited to the DoD and its contractors, focusing on security and confidentiality. Additional sections clarify the rationale behind estimated costs associated with various data categories, providing guidance on pricing group classifications. The form serves as a formal mechanism to ensure compliance with DoD data requirements throughout the contract lifecycle, emphasizing the importance of documentation in governmental procurement and operational procedures. Overall, the document underscores the procedural framework guiding data submission and approval, ensuring alignment with contractual obligations and federal regulations.
Mar 26, 2025, 11:05 PM UTC
The DD Form 1423-1 is a Contract Data Requirements List used by the Department of Defense (DoD) to outline the data items required from contractors during contract execution. The form includes a specific data item, in this case, for a "5 KSI Strand Burner," and provides categories for technical data packages, manuals, or other data types. It mandates various documentation such as manuals, drawings, and supplemental data to be submitted electronically at asset delivery. The file also details distribution statements, citing that certain documents are only authorized for the DoD and its contractors, with strict instructions on data destruction to prevent content disclosure. Key components of the form include submission frequencies, designated offices for data oversight, and the requirement for contractor-derived pricing estimates for data items based on defined price groups. The instructions clarify how government personnel and contractors should complete the form, ensuring that obligations and formats are adhered to throughout the contract lifecycle. The overall purpose reinforces the importance of structured data submission protocols in government contracting, facilitating effective oversight and compliance with established requirements.
Mar 26, 2025, 11:05 PM UTC
The document is a DD Form 1423-1, which outlines the Contract Data Requirements List, specifically detailing one data item related to the 5 KSI Strand Burner. It includes structured sections for contractors to provide essential data items that comply with government requirements. Key components consist of contractual references, documentation of compliance, and submission timelines. The contractor is required to submit a Certificate of Compliance at least 10 business days before Acceptance Testing, allowing the government 5 business days for review. Further revisions may be required based on government feedback. Additionally, it details distribution restrictions and emphasizes the importance of secure handling and destruction of the documents. The form serves as a critical tool in ensuring that contractors understand their obligations related to data delivery and compliance under government contracts, thereby supporting effective communication and execution of federal RFPs and grants.
Mar 26, 2025, 11:05 PM UTC
The document outlines a federal Request for Proposal (RFP) for the acquisition of commercial items by the Air Force, specifically targeting the 309 MMXG, 581st Missile Maintenance Squadron at Hill Air Force Base, Utah. The solicitation includes numbered line items (CLINs) outlining payment milestones based on project progress, which involves the design and installation of equipment, with a total performance period of 10 months. Offers are due by April 28, 2025, and submissions must adhere to specific evaluation criteria, focusing on price and technical capability, employing a Lowest Price Technically Acceptable (LPTA) approach. Offerors must be registered in the System for Award Management (SAM), and various Federal Acquisition Regulation (FAR) clauses are incorporated, outlining compliance requirements related to worker rights, anti-trafficking measures, and contract terms. The document emphasizes that the government may cancel the solicitation at any time, with no obligation to reimburse offerors for incurred costs. Attached documents provide additional detail on specific requirements and expectations for bidders. Overall, the solicitation demonstrates the government's effort to procure essential commercial products while ensuring compliance with legal and regulatory standards.
Mar 26, 2025, 11:05 PM UTC
The U.S. Air Force is seeking to procure a new strand burner system, detailed in the request for proposal (RFP) dated March 10, 2025. The document outlines specific equipment requirements, including a 5000 PSI Clover Leaf Triple Strand Strand Burner System, remote valve rack, control console, data acquisition system, dynamic circulator, and various storage and safety components. Installation, shipping, inspection, and warranty conditions are also specified, emphasizing the importance of timely delivery and compliance with safety standards. Key requirements include equipment rated for extreme temperatures, pressure controls, and high-quality materials to ensure durability and operational efficiency. Additionally, the contractor must provide comprehensive training and support for installation, with a warranty extending 13 months post-shipment. The document underscores adherence to safety protocols, requiring contractors to develop a safety program aligned with federal guidelines, ensuring the protection of personnel and property. This RFP reflects the Air Force's focus on enhancing testing capabilities for propellant materials while maintaining rigorous safety and operational standards. Overall, the procurement process is structured to ensure contractors deliver reliably functional equipment within specified timelines and quality standards.
Mar 26, 2025, 11:05 PM UTC
The document outlines requirements and specifications for procuring a Strand Burner System for the U.S. Air Force's 309th MMXG. The system includes multiple components necessary for testing the linear burn rate of strand propellant, capable of operating under extreme conditions. Key components involve a 5000 PSI Clover Leaf Triple Strand system, a Remote Valve Rack, and a Control Console with integrated data acquisition capabilities. Installation and training are required, emphasizing a warranty of 13 months post-delivery. The specifications highlight the necessary features, construction materials, and installation requirements, alongside provisions for documentation, safety standards, and mishap reporting. The contractor is tasked with supplying a comprehensive safety program to protect personnel and property during operations, with strict adherence to federal and local safety laws. Additionally, the document requires certification of compliance and the provision of detailed operational manuals. This procurement request is aligned with federal contract guidelines, seeking a reliable, durable system designed for long-term functionality while ensuring safety and operational efficiency.
Lifecycle
Title
Type
5 KSI Strand Burner
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
SENSING ELEMENT, FIRE NSN; 6340-014712596
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 295 units of the Sensing Element, Fire (NSN: 6340-014712596; P/N: 35790-200-400). This procurement is classified as an unrestricted acquisition, with full and open competition, and requires delivery within 162 days after receipt of order to Hill Air Force Base in Utah. The contract will be awarded based on a combination of price, past performance, and other evaluation factors, with a request for proposal (RFP) expected to be issued around April 1, 2025, and closing on or about May 1, 2025. Interested vendors must be registered in the System for Award Management (SAM) and should contact Michael Blain at 804-807-4436 or via email at michael.blain@dla.mil for further details.
Ultra-High Temperature Alloy Testing BPA
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to establish a Blanket Purchase Agreement (BPA) with Kratos SRE for ultra-high temperature materials thermal and mechanical testing, specifically targeting temperatures up to 6,000°F. This procurement aims to support the characterization of materials critical for the development of tactical and strategic missile components, which are essential for advancing hypersonic vehicle research and defense initiatives. The contract, valued at an estimated ceiling of $7.5 million over five years, emphasizes the unique qualifications of Kratos SRE, which possesses specialized expertise and an extensive database necessary for these high-temperature materials. Interested parties can reach out to Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil for further information, with quotes and capability statements due by April 30, 2025.
77654- TENSILE TESTER
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking sources for a tensile tester to be utilized in the Chemical Analysis Laboratory at Robins Air Force Base, Georgia. The procurement requires a tensile tester with a 30kN frame capacity, various load cells, and compatibility with Windows 11 software, along with installation and training for up to five personnel. This equipment is critical for testing sealants and adhesives in compliance with government regulations, ensuring quality and reliability in materials used. Interested contractors must submit their capabilities documentation by May 2, 2025, and can direct inquiries to Brandi Morris at brandi.morris@us.af.mil.
Decontamination Washer for Firefighting Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a commercial decontamination washer designed for firefighting protective gear. The washer must meet specific requirements, including the ability to clean gear in under 15 minutes, accommodate various firefighting equipment, and operate safely on 240V electricity while being compliant with NFPA 1851/1852 standards. This procurement is crucial for maintaining the safety and readiness of firefighting personnel, ensuring their gear is effectively decontaminated. Interested small businesses must submit their quotes by May 2, 2025, and can direct inquiries to Dustin Edwards at dustin.edwards.18@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further details.
MISSILE MISHAP RESPONSE TEAM (MMRT) MOBILE AIR TRAILER
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals from small businesses for the procurement of a Mobile Air Trailer designed for the Missile Mishap Response Team (MMRT) at Hill Air Force Base, Utah. The primary requirement is for a custom enclosed trailer equipped with a cascade air system to supply and refill Self-Contained Breathing Apparatus (SCBA) during emergency situations. This procurement is critical for enhancing emergency readiness and operational efficiency, ensuring that the MMRT can effectively respond to incidents involving missile mishaps. Interested vendors must submit their proposals by May 12, 2025, with all inquiries due by April 25, 2025. Proposals should be directed to Contract Specialist Rachel Wright at rachel.wright.9@us.af.mil and Contract Officer Melissa Huston at melissa.huston.2@us.af.mil.
Facility Exhaust System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the design, procurement, and installation of a Facility Exhaust System at Arnold Air Force Base in Tennessee. This Request for Proposal (RFP) aims to establish a firm-fixed-price contract with a five-year ordering period, focusing on enhancing the capabilities for high-temperature materials testing through an efficient exhaust vacuum system. The project is critical for maintaining operational efficiency and compliance with environmental safety standards, requiring adherence to specific technical and performance criteria. Proposals are due by May 16, 2025, for the Past Performance volume and by June 2, 2025, for the remaining components, with all submissions to be made electronically via the Procurement Integrated Enterprise Environment (PIEE). Interested parties should contact Haley Smith at haley.smith.10@us.af.mil for further information.
MXSG B507 Monorail Paint Line Upgrade
Buyer not available
The Department of Defense, through the Air Force, is soliciting proposals for the upgrade of the B507 Monorail Paint Line at Hill Air Force Base in Utah. This project aims to enhance operational capabilities by replacing outdated equipment, including the conductor bar system, and implementing a maintenance spur and wireless communication upgrades. The successful contractor will be responsible for providing design packages, procuring materials, and delivering operational and maintenance manuals, with a focus on ensuring compliance with safety and quality standards. Proposals are due by 1500 MST on May 13, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email.
F100-220/229 Staged and Unstaged Fuel Nozzles
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of F100-220/229 staged and unstaged fuel nozzles, with a focus on overhauling fuel nozzle assemblies to ensure they meet serviceable conditions. This procurement is critical for maintaining the operational readiness of aircraft engines, as these components are essential for efficient fuel delivery and engine performance. Interested vendors must comply with stringent quality standards, including ISO 9001 certification, and adhere to specific reporting and packaging requirements outlined in the associated documents. The solicitation closes on May 22, 2025, at 3:00 PM CDT, and interested parties should contact William Heckenkemper at william.heckenkemper@us.af.mil for further details.
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.
AST Analyzer
Buyer not available
The Department of Defense, specifically the U.S. Air Force's Petroleum Office (AFPET), is seeking proposals for an integrated sampling and analysis system for Aviator Breathing Oxygen (ABO) and Compressed Breathing Air (CBA). This procurement aims to ensure the quality testing of critical air supplies used in Air Force operations, necessitating a system that adheres to Department of Defense standards and ASTM practices for cleanliness, while also being portable and capable of accurately detecting contaminants. Interested vendors must submit their bids by May 6, 2025, and ensure compliance with the technical specifications outlined in the Statement of Work, with delivery expected within 120 days. For inquiries, contact Kareem Beckles at kareem.beckles.1@us.af.mil or Aziz Tetou at aziz.tetou@us.af.mil.