F-16 CJRM Remanufacture
ID: FA8213-25-R-3029Type: 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)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-16 Canopy Jettison Rocket Motors (CJRM) under solicitation FA8213-25-R-3029. The procurement aims to restore these critical explosive components to a serviceable condition through a comprehensive process that includes disassembly, inspection, maintenance, and reassembly, adhering to established technical orders and OEM guidelines. This initiative is vital for maintaining the operational readiness and safety of the F-16 aircraft, ensuring that only qualified sources produce these essential components. Interested contractors must submit a qualification package and comply with stringent documentation and quality assurance requirements, with initial funding not yet available. For further inquiries, potential bidders can contact Ryan P. Walker at ryan.walker.3@us.af.mil or Elizabeth Dykes at Elizabeth.Dykes@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the justification and requirements for the qualification of suppliers to provide the Canopy Jettison Rocket Motor (CJRM) for the F-16 aircraft. It emphasizes the importance of ensuring that only qualified sources produce this critical component, as failure to do so could lead to severe consequences, including mission degradation and potential loss of aircraft. The main qualifications include the bidder's ability to interpret engineering specifications, demonstration of manufacturing capabilities, submission of qualification test procedures, and compliance with essential safety and testing standards. Prequalification notifications, facility certifications, data verification, and thorough testing evaluations are highlighted as critical steps. The document also states that completion of qualification may take approximately 360 days and outlines waiver possibilities for experienced vendors. Suppliers from the U.S. and Canada are eligible, and the costs associated with qualification could range from $5,000 to over $50,000. Providers are reminded that approval as a qualified source does not guarantee contract awards. The signature section includes endorsements from AFLCMC engineers, affirming the legitimacy of the outlined requirements. Overall, this document aims to protect Air Force interests by ensuring that only qualified vendors participate in the procurement process for a safety-critical military component.
    The Department of the Air Force's Statement of Work (SOW) PR FD2020-25-50619 outlines the remanufacturing requirements for the F-16 CJRM Canopy Jettison Rocket Motor. The primary objective is to restore these explosive components to a serviceable condition through disassembly, inspection, maintenance, and reassembly according to established technical orders and OEM guidelines. The document specifies deliverable objectives, quality assurance requirements, and safety protocols, highlighting the importance of using government-furnished property (GFP) and ensuring that all materials meet stringent performance standards. In addition to safety precautions related to the handling and storage of explosive materials, the SOW delineates requirements for reports and inspections throughout the remanufacture process. The contractor is responsible for managing government property with careful inventory inspections and proper disposal of any condemned materials. Furthermore, the SOW mandates that all remanufactured items undergo acceptance tests and adhere to designated specifications before delivery, reflecting the Air Force's commitment to maintaining operational readiness and safety while ensuring compliance with regulatory standards.
    The USAF and USN have established a Statement of Work for preparing Ammunition Data Cards (ADC) in alignment with MIL-STD-1168 and tailored per MIL-STD-962 for the Worldwide Ammunition-data Repository Program (WARP). Key requirements emphasize proper documentation and traceability of all energetic materials and components, ensuring original manufacturer’s information is maintained for recall purposes. Contractors must list materials by common names and original manufacturers’ part numbers, providing necessary certificates for traceability. The ADC must be submitted and approved within WARP before product shipment, with an initial sample ADC required for each production lot. Contractors are responsible for resolving any compliance issues before contract award. Additionally, procedures for accessing WARP, submitting information, and managing updates are provided, highlighting the importance of accuracy in entering and maintaining data within the system. This document underscores the government's commitment to stringent accountability and transparency in munitions supply chain management.
    This document outlines procedures for the rework and repair of nonconforming materials within government contracting. Rework is defined as the full conformance of materials to specified requirements, while repair refers to bringing items into a usable condition without complete conformance. Contractors are required to document their rework procedures for review by the Government Quality Assurance Representative (QAR) and must submit repair procedures via a DD Form 1694 for Contracting Officer approval. Each submission must include a description of the cause of nonconformance and preventive actions. Additionally, the procedures must provide for reinspection to assure compliance with reprocessing requirements. These standards extend to contractors' suppliers and subcontractors, highlighting the importance of maintaining quality throughout the supply chain. Overall, the document serves to ensure that nonconforming materials are effectively managed and rectified, thereby safeguarding compliance with contractual obligations and government standards.
    The document outlines the REPSHIP Data Requirements for the shipment of hazardous material (HAZMAT) and inert component parts within the Continental United States (CONUS) and to overseas locations. It describes the reporting structure for shipments, specifying the involved parties, including the shipping activity, domestic customers, and the clearance authorities. Key details that must be reported include the shipment date, estimated time of arrival, required delivery date, carrier information, and various cargo specifications such as names, weights, and security classifications. Additional noted elements include the shipment’s hazard classifications and the contact details of the responsible individual for the reported data. The document emphasizes the need for accuracy in reporting, particularly when multiple shipments are consolidated or involve different shipping modes, mandating distinct reports for each scenario. Proper identification and documentation are underscored to facilitate compliance and safety within transportation processes involving hazardous materials.
    The CAD/PAD Item Marking Instruction, Version 1.6, outlines the marking requirements for Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) to adhere to Department of Defense (DoD) policies. This instruction mandates that all relevant items be marked with Item Unique Identifiers (IUID) regardless of their monetary value, ensuring enhanced tracking and management in maintenance systems. Key components of the marking instruction include specifications for both Human Readable Information (HRI) and Machine Readable Information (MRI), with Data Matrix ECC 200 as the standardized format for UID markings. Suppliers are required to provide clear markings indicating item nomenclature, manufacturer code, lot numbers, serial numbers, and optional data like part numbers, ensuring that these markings comply with established military standards. Additionally, the document emphasizes the marking of kit components and the process for managing components considered too small for direct marking, utilizing provided labels for essential identification. Notably, requests for waivers on UID requirements are not permitted, though marking method waivers may be considered. This comprehensive marking protocol is crucial for maintaining effective logistical oversight within military operations and ensuring compliance with federal acquisition regulations.
    This document outlines munitions packaging and shipping requirements for assets controlled by the 406th Supply Chain Management Squadron at GULAA-Hill Air Force Base. It emphasizes Level A packing standards, including the necessity for overboxing Level B packs and maintaining integrity with prior Special Packaging Instructions (SPI). A critical note highlights the need for hazard classifications and accompanying documentation during shipments, especially for items requiring Level A protection under severe conditions. Additionally, it addresses compliance with International Standards for Phytosanitary Measures related to wooden packaging materials, specifying that all wooden pallets and containers must be constructed from debarked wood treated for pests. Certification by an accredited agency is mandatory, referencing ISPM No. 15 guidelines. The document also underscores the marking requirements for palletized ammunition loads as per MIL-STD-129. Overall, it aims to establish strict packaging and transport protocols to safeguard sensitive military materials and ensure adherence to international standards, reflecting the U.S. government's commitment to compliance and safety in logistics operations.
    The document outlines a Contract Data Requirements List for various data items associated with contract FD2020-25-50619, specifically tailored for the U.S. government's procurement processes. It details essential data submissions such as the Ammunition Data Card, Engineering Change Proposal, and other technical reports related to ammunition systems. Each data item includes specifications regarding submission frequency, distribution statements, required formats, and compliance with export controls under federal law. Important elements include timelines for submission after testing, the necessary annotations on electronic reports, and specific conditions relevant to military oversight on technical data. The document emphasizes the requirement for proper documentation formats, including electronic submissions through designated websites (WAWF). Furthermore, it stipulates that certain reports must adhere to strict legal and regulatory standards, particularly regarding the handling of critical technology and export-controlled materials. Overall, this document serves as a comprehensive guideline for contractors within the defense sector to ensure compliance and efficient processing of contract-related data, highlighting the importance of transparency and accountability in government procurement.
    The document outlines the preservation, packaging, and marking requirements for military materials as per the U.S. Department of Defense (DoD) standards. Offerors must comply with AFMC Form 158 and various military standards, including MIL-STD 2073-1 for packaging procedures, MIL-STD 129 for military marking, and MIL-STD 648 for specialized shipping containers. Specific regulations govern the packaging of hazardous materials, ensuring compliance with international and federal guidelines, including the ISPM 15 for wood packaging and FAR regulations for hazardous materials. Additionally, the contractor is responsible for reporting packaging discrepancies using the Web Supply Discrepancy Report system and must maintain the condition of reusable containers. Key documents necessary for compliance include Safety Data Sheets as per FED-STD-313, along with relevant safety regulations. The purpose of these comprehensive guidelines is to ensure the safe, standardized handling and packaging of military supplies, thus facilitating efficient logistics operations within the DoD framework.
    The document is a solicitation for the remanufacture of F-16 rocket motors, designated as solicitation FA8213-25-R-3029 by the Department of the Air Force. It specifies that the acquisition is unrestricted, and funds are not currently available, meaning no contract will be awarded until financial resources are confirmed. The vendor, NAMMO Defense Systems Inc., is required to provide carcass counts and quantities of necessary components, such as GFM PVU-1/A Primers, for the motors to be delivered. To qualify for the award, contractors must submit a qualification package. The document outlines the acceptance and inspection processes and stresses adherence to quality standards, including ISO 9001:2000. Additionally, it includes clauses related to hazardous materials, contract performance, and compliance with federal regulations, indicating the importance of safety and quality assurance in the production of military supplies. The estimated delivery timelines and specific performance requirements are detailed, reinforcing operational priorities. This solicitation exemplifies the structured approach of government contracts, ensuring compliance with regulatory and operational standards.
    The United States Air Force (USAF) is conducting a Sources Sought Synopsis to identify potential vendors for the re-manufacturing of F-16 Canopy Jettison Rocket Motors (CJRM). This market research aims to determine if responsible sources exist and assess the feasibility for competitive bidding or a total Small Business Set-Aside under the NAICS Code 325920 for Explosive Manufacturing, with a size standard of 750 employees. Interested parties, including small businesses, are encouraged to submit their capabilities, relevant experience, and company information by January 24, 2025. The notice specifies no proposals will be accepted at this stage and does not guarantee contract awards. The synopsis details two specific Canopy Jettison Rocket Motor part numbers and invites participants to describe their engineering, manufacturing, and testing capabilities. The USAF highlights limited technical data availability and that prior experience with similar items within the last five years will be beneficial. The points of contact for inquiries are listed for further clarification.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    F-16 Assembly Module
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F-16 Assembly Module, identified by NSN 5998-01-602-9116 WF, through a Combined Synopsis/Solicitation process. The procurement aims to award a firm-fixed-price contract for the assembly module, which is critical for the F-16 Fighting Falcon aircraft, ensuring compliance with stringent military standards and requirements. Contractors must adhere to comprehensive guidelines regarding preservation, packaging, marking, and counterfeit prevention, as outlined in the associated documents, to ensure the integrity and reliability of the components supplied. Quotations are due by December 30, 2025, and interested parties can contact Thomas Worthington at thomas.worthington@us.af.mil or Jo Blakley at Jo.Blakley@us.af.mil for further information.
    REPAIR TUBE ASSEMBLY / 26F, F-16 FIGHTING FALCON AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide repair tube assemblies for the F-16 Fighting Falcon aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 40 units, and requires compliance with specific manufacturing standards and first article testing. The items are critical components for maintaining the operational readiness of military aircraft, emphasizing the importance of quality and reliability in defense logistics. Interested vendors must register on DLA ProcureX to participate in the reverse auction process, and the solicitation is expected to be issued on or about November 18, 2025; for further inquiries, contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113.
    F-16 Motor Pump Sub Assembly NSN 1650-01-084-8397WF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of 18 F-16 Motor Pump Subassemblies (NSN 1650-01-084-8397WF) intended for Foreign Military Sales to Israel. This solicitation, numbered FA8212-26-Q-0002, includes updated requirements for cybersecurity compliance, production, and delivery terms, emphasizing adherence to the Cybersecurity Maturity Model Certification (CMMC) Level 2 standards. The F-16 Motor Pump Subassembly is a critical component used in the aircraft's control systems, underscoring its importance in maintaining operational readiness. Interested contractors must submit their quotations by February 4, 2026, with a required delivery date set for July 30, 2027. For further inquiries, potential bidders can contact Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This procurement is part of Foreign Military Sales (FMS) to Bulgaria and Taiwan, requiring compliance with specific quality standards, including AS9100 and Cybersecurity Maturity Model Certification (CMMC) Level II. The mounting bases are critical components for the F-16CG aircraft, with a delivery deadline set for December 31, 2028. Interested contractors must submit their quotations by January 6, 2026, and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.
    F-16 Flaperon
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of one Flaperon (NSN 1560-01-205-8437 WF) for F-16 aircraft, primarily intended for Foreign Military Sales (FMS) customers. Qualified sources, specifically Aerospace & Commercial (Cage 1XKR3) and Lockheed Martin (Cage 81755), are invited to provide pricing for quantities ranging from 1 to 16+ units, with a firm price hold of 120 days and an emphasis on achievable delivery schedules. The procurement is critical for maintaining the operational readiness of F-16 aircraft, and interested parties must submit their quotations by January 21, 2026. For further inquiries, contact April Blakeley at april.blakeley@us.af.mil.
    Fuel Starter
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of 11 F-16 Fuel Starters, identified by NSN 2910-01-135-5681. This acquisition is restricted to qualified sources, specifically AAR (CAGE 1Y249), RTX (CAGE 55820), and Hamilton Sundstrand (CAGE 99167), and is intended for Foreign Military Sales (FMS) customers under FMS Case MO-D-SAH. The Fuel Starters are critical components for the F-16 aircraft, ensuring reliable engine performance and operational readiness. Proposals must be submitted by the specified deadline, with delivery requirements set for June 14, 2027, and interested parties can contact Scottina Malia at scottina.malia@us.af.mil for further information.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    F-16 Test Fixture Assembly - Circuit Card Assemblies
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of various electronic and test fixture assemblies, specifically for the F-16 aircraft. The requirement includes items such as fixture assemblies and circuit card assemblies, with specific National Stock Numbers (NSNs) outlined for each component. These assemblies are critical for the maintenance and repair of aircraft, ensuring operational readiness and safety. Interested vendors should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, and must comply with stringent military standards for packaging, marking, and delivery, with proposals due as specified in the solicitation documents.
    F-16 Power Supply
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of F-16 Power Supply units, specifically under the notice type of Sources Sought. The primary objectives of this procurement are to conduct market research to identify potential suppliers capable of meeting the agency's requirements and to enhance competition by providing information on contracting and subcontracting opportunities. The estimated quantity required is four units, with a delivery schedule set for January 20, 2027, and it is noted that this requirement is not expected to be set aside for small businesses. Interested parties can reach out to Kody Quayle at kody.quayle@us.af.mil for further information and to express their capabilities within 15 days of this notice.