Sources Sought Synopsis for CR & CRC
ID: FA8213-25-R-3004Type: Sources Sought
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, has issued a Sources Sought Synopsis to identify potential sources for the F-15 Canopy Remover Cartridge and related items. This opportunity aims to gather information for market research purposes, focusing on the capabilities of vendors in engineering, manufacturing, and testing explosive items similar to the F-15 cartridges, with an emphasis on exploring the possibility of a Small Business Set-Aside for eligible firms. Interested parties are encouraged to submit their company profiles and relevant experience by April 11, 2025, as the government seeks to evaluate the competitiveness of this procurement. For further inquiries, interested vendors may contact Sharon Davis at sharon.davis.16@us.af.mil or Shasta Selwood at shasta.selwood@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force has issued a Sources Sought Synopsis regarding potential sources for the F-15 Canopy Remover Cartridge (NSN: 1377-01-202-9195ES) and related items. This document serves primarily for market research purposes to identify whether responsible vendors exist. The aim is to evaluate the competitiveness of this procurement opportunity and explore the possibility of a Small Business Set-Aside, particularly focusing on small businesses such as 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned firms. Interested parties are requested to provide relevant experience in engineering, manufacturing, and testing explosive items similar to F-15 cartridges, along with company profiles detailing employee numbers, office locations, and business status. The Government clarifies that it has limited technical data available and no funds for second source qualification efforts. Responses are due by April 11, 2025. For inquiries, contact Sharon Davis via phone or email. This notice is intended solely for gauging interest and does not constitute a solicitation.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    NSN 1670-012363820, CANOPY,EJECTION SEA, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC-
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of 185 units of the Ejection Sea Canopy, identified by NSN 1670-012363820. This solicitation is classified as unrestricted and aims to fulfill a requirement for a critical component used in aircraft operations, specifically for the Stratolifter C/KC. Interested vendors should note that the required delivery timeframe is 921 days after receipt of order, and the evaluation for contract award will consider price, past performance, and other factors. For further details, potential bidders can access the solicitation on the DIBBS website, and inquiries can be directed to Grayson Andrews at grayson.andrews@dla.mil or Kenneth Wideman at Kenneth.Wideman@dla.mil.
    1377-01-454-7651; SS66; Cartridge, Fire Extinguisher
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of the CCU-121/A Fire Extinguisher Cartridge (NSN 1377-01-454-7651). This competitive solicitation requires compliance with strict technical specifications, including the submission of first article test samples, production lot test samples, and adherence to quality control measures as outlined in MIL-DTL-82946 (OS) and related standards. The cartridges are critical safety items used in various military applications, necessitating rigorous inspection and acceptance processes at both the contractor's facility and the delivery destination. Interested vendors should contact Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or by phone at 771-229-0433 for further details, as the solicitation emphasizes the importance of safety and compliance in handling explosive materials.
    T-38 Egress Components (REMAN)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the procurement of egress components for the T-38 aircraft. The components required include the MPI Assembly Rocket Motor, B.T.R.U. Assembly, MPI Assembly D.D.U., Timer Assembly (Auto Backup), and Time Delay Unit, which are critical for the operational safety and functionality of the T-38C aircraft. This market research aims to determine if there are responsible sources capable of providing these components, with a focus on small businesses, including those that are 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned. Interested parties must respond by 3:00 PM on December 19, 2025, and can direct inquiries to Lauren Johnston at lauren.johnston.4@us.af.mil.
    Projectile Rack Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources for the procurement of Projectile Rack Assemblies (NSN 2590-01-179-9039) as part of a market survey initiative. Interested suppliers are requested to provide information regarding their capabilities to manufacture these items, including delivery times, business size, and compliance with specific packaging standards, as well as their interest in a Firm Fixed Price Contract. This procurement is crucial for maintaining the operational readiness of military equipment, and the DLA is particularly focused on identifying qualified small businesses under the Total Small Business Set-Aside program. Responses to the market survey are due by December 29, 2025, and should be directed to Amber Weaver at amber.weaver@dla.mil.
    1377 - 01-504-6606 WB15, 1377-01-470-7659 WB16
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of JAU-74/A Cartridge Actuated Initiators (DODIC: WB15) and CCU-146/A Impulse Cartridges (DODIC: WB16), which are critical safety items utilized in NACES, F-18, and T-45 aircraft. The solicitation outlines stringent requirements for supplies, including adherence to military specifications, configuration control, and packaging standards, as well as provisions for technical data and production lot test samples. These explosive items are essential for the operational safety and functionality of military aircraft, necessitating a thorough safety survey and compliance with various inspection and acceptance protocols. Interested vendors should contact Connor Fry at 771-229-0440 or via email at connor.b.fry.civ@us.navy.mil for further details, as paper copies of the solicitation will not be provided.
    RETAINER, FAIRING | 19F | F-15
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide retainers for fairings used in the F-15 aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of two years, with an estimated annual requirement of 1,040 units, and includes government first article testing. The retainers are critical components manufactured according to specific military standards, and contractors must be certified to access the necessary technical data. Interested parties should prepare for the solicitation, which will be available on or about December 4, 2025, and can contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or 804-279-1452 for further information.
    Remanufacture of F-15 Butterfly Valve
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to remanufacture F-15 Butterfly Valves under a total small business set-aside contract. The procurement involves a five-year firm fixed-price contract, which includes a three-year basic period and a two-year option, requiring contractors to restore the valves to a like-new condition through disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. These valves are critical components for controlling cabin airflow in F-15 aircraft, ensuring operational efficiency and safety. Interested vendors must submit their proposals by January 7, 2026, at 3:00 PM CST, and can direct inquiries to Jessica Vinyard at jessica.vinyard.1@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil.
    F118 Front Frame Assembly
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the remanufacture of the F118 Front Frame Assembly, with a focus on restoring components to their original life expectancy. The procurement involves the remanufacture of various National Stock Numbers (NSNs) related to the F118 Front Frame, requiring contractors to provide labor, materials, and facilities for repair, testing, and logistics. This initiative is crucial for maintaining the operational readiness of Air Force aircraft, ensuring safety and performance standards are met. Interested parties must submit their business information and complete a Source Approval Request (SAR) package by December 24, 2025, and can contact Cynthia D Viney or Tara Parker for further details.
    RELEASE,CANOPY,PARACHUTE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is conducting a market research initiative for the procurement of a Release, Canopy, Parachute, identified by National Stock Number (NSN) 1670-006759008. The agency is seeking information from responsible sources capable of manufacturing this critical application item, specifically requesting details about manufacturers, including their locations and CAGE codes. This item is essential for military operations, and the procurement process will require alternate offerors to submit a complete data package for evaluation, as no technical data is currently available. Interested parties should direct their statements of interest and capability to Contracting Officer Helen Davis at helen.davis@dla.mil.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.