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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    KC-46 Pneumatic Starter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    SOURCES SOUGHT Air Cylinder Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice for a Blanket Purchase Agreement (BPA) to lease 146 air cylinders for use at 15 Missile Alert Facilities and the Missile Facility Maintenance Shop at F.E. Warren Air Force Base in Wyoming. The procurement aims to identify potential sources capable of providing the specified air cylinders, which include models designed for breathing air and other applications, with a focus on compliance with safety and environmental regulations. Interested parties are encouraged to submit capability statements detailing their qualifications and relevant business information to the primary contacts, Michelle Crenshaw and SSgt Rebecca Behne, by the specified deadline. This opportunity is part of the government's ongoing efforts to ensure operational safety and regulatory compliance in support of military operations.
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Nitrogen Generator System and Nitrogen Storage Banks
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Robins Air Force Base, Georgia, is seeking proposals for a Nitrogen Generator System and two High-Pressure Nitrogen Storage Banks. The procurement aims to acquire a compact nitrogen generation system capable of producing nitrogen at a minimum flow rate of 18 SCFM and a pressure of 4,500 psi, along with storage banks that meet specified capacity and footprint requirements. This equipment is critical for supporting various operational needs within the Air Force, ensuring efficient nitrogen supply for maintenance and other applications. Interested small businesses must submit their proposals by December 23, 2025, at 12:00 PM EST, and direct any questions to Elizabeth Haines or SSgt. Bobby Ballow via the provided email addresses.
    Request For Information - Tire Fire Suppression Bottle
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from qualified firms regarding the procurement of Tire Fire Suppression Bottles for the Stryker Family of Vehicles. The objective is to acquire between 1,200 and 1,800 units of these bottles, which are critical for extinguishing tire fires on military vehicles, thereby ensuring crew safety and maintaining operational readiness in high-risk environments. Interested firms are required to respond to this Request for Information (RFI) by completing the attached workbook, which includes detailed specifications and requirements for the bottles, and submitting their responses by January 16, 2026, at 2:00 PM Eastern Standard Time. For further inquiries, firms may contact Taylor Ferguson at Taylor.D.Ferguson10.civ@army.mil or Marta Furman at marta.furman.civ@army.mil.
    29--COMBUSTION DEVICE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a combustion device, specifically NSN 2990015518502. The requirement includes a quantity of one unit to be delivered to DLA Distribution San Diego within 151 days after order placement, with the approved source being 7PZX0 98770420004. This combustion device is critical for various military applications, ensuring operational readiness and efficiency. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    66--PRESSURE TESTER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a pressure tester, categorized under the NAICS code 334513, which pertains to instruments and related products manufacturing for measuring, displaying, and controlling industrial process variables. The procurement includes specific requirements for item unique identification, inspection and acceptance protocols, and adherence to various quality assurance standards, emphasizing the importance of compliance with technical specifications and documentation. This equipment is critical for ensuring the operational readiness and safety of naval systems, reflecting its significance in defense operations. Interested vendors should direct inquiries to Brianna L. Walker at 564-226-3029 or via email at brianna.l.walker3.civ@us.navy.mil, with proposals expected to remain valid for 60 days post-quotation submission.