Fourth Gen Rocket Motor Semitrailer (RMS4)
ID: FA8214RMS4Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8214 AFNWC PZBBHILL AFB, UT, 84056-5837, USA

NAICS

Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing (333924)

PSC

TRAILERS (2330)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Fourth Gen Rocket Motor Semitrailer (RMS4) program, aimed at developing a replacement for existing rocket motor transportation systems. The procurement is focused on addressing parts obsolescence and ensuring the continued support of the Minuteman III Intercontinental Ballistic Missile system, which requires a new design and Technical Data Package to enhance the fleet's operational capabilities. Interested parties are encouraged to participate in an Industry Day at Hill Air Force Base on December 17, 2025, and must submit visitor information by December 10, 2025, to gain access. Responses to the Sources Sought notice should be directed to Torrey Boggs and Kyle Andersen via email, with a white-paper capability statement due by the specified deadlines.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2) as part of a market research initiative. The objective is to evaluate the availability and manufacturability of a replacement that meets specific form, fit, and function requirements, as outlined in the attached documentation. The PTT2 is crucial for the transportation and protection of PSREs, ensuring they remain within operational specifications during transit, particularly for the Minuteman III Intercontinental Ballistic Missile system. Interested parties must submit a capability statement by December 9, 2025, and can direct inquiries to Torrey Boggs or Kyle Andersen via the provided email addresses.
    GUIDED MISSILE LAUNCHER DETENT ASSEMBLY / 01F, LGM-30 MINUTEMAN III MISSILE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for the Guided Missile Launcher Detent Assembly, specifically for the LGM-30 Minuteman III missile. This procurement is a 100% small business set-aside for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 40 units, with delivery expected 480 days after order placement. The item is critical for missile operations and requires contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113, and the solicitation will be available on or about November 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    Procurement of High Mobility Artillery Rocket System (HIMARS) Launchers for Full-Rate Production (FRP) Years 18-19
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Redstone, is conducting market research through a Request for Information (RFI) to identify potential suppliers for the procurement of M142 High Mobility Artillery Rocket System (HIMARS) launchers for Full-Rate Production (FRP) for fiscal years 2027 and 2028. The procurement aims to support the Strategic and Operational Rockets and Missiles Project Office, requiring interested parties to provide white papers detailing their capabilities, past experience, and technical approaches to producing HIMARS launchers, with a focus on efficient and cost-effective execution. The HIMARS system is critical for tactical forces, enabling rapid and precise engagement of targets, and the total production quantities sought range from a minimum of 48 to a maximum of 192 units over the specified fiscal years. Responses to the RFI are due by December 20, 2025, and interested parties should direct inquiries and submissions to Tameka A. Parker at tameka.a.parker2.civ@mail.mil.
    High Mobility Artillery Rockets System (HIMARS) Parts
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Letterkenny Contracting Office, is conducting a Sources Sought notice for the procurement of parts related to the High Mobility Artillery Rocket System (HIMARS) Overhaul program. This initiative aims to identify capable suppliers for various components necessary for the HIMARS, which plays a critical role in modern artillery operations. Interested organizations are invited to submit their business information, including capability statements and socioeconomic status, to assist in determining market capacity and potential procurement strategies. Responses are due by December 5, 2025, at 1:00 P.M. ET, and should be directed to Bobie J. Burkett via email at bobie.j.burkett.civ@army.mil.
    F-15 SMDC Initiators
    Buyer not available
    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.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    Requirements Projections On the Web (RPOW) FALL 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    MT29, MT30, MT31 Rocket Motors
    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 MT29, MT30, and MT31 rocket motors. The contract involves the supply of specific items identified by their National Stock Numbers: 1377-01-246-5279 for MT29, 1377-01-246-5280 for MT30, and 1377-01-246-5281 for MT31, which are critical components in military applications. These rocket motors fall under the NAICS code 325920 for Explosives Manufacturing and the PSC code 1377 for Cartridge and Propellant Actuated Devices and Components, highlighting their importance in defense operations. Interested vendors can reach out to Stacey L. Romberger at stacey.l.romberger.civ@us.navy.mil or via facsimile at 717-605-2807 for further details regarding the solicitation process.
    NAVY Trident II D5 Rocket Motor Storage
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), is conducting market research to identify firms capable of providing receipt, handling, and storage services for Trident II D5 large rocket motors at Camp Navajo in Bellemont, Arizona. The procurement aims to establish a Cost Plus Fixed Fee contract with a base year starting in FY27 and four additional option periods, focusing on the safe and secure operation of specialized storage facilities and compliance with various safety and treaty requirements. Interested firms, particularly small businesses, are encouraged to submit detailed white paper capability statements by December 12, 2025, demonstrating their qualifications, relevant experience, and facility clearances (SECRET or higher) to Amanda Beall at amanda.beall@ssp.navy.mil.