C17 REMAN (Arm/Fire Initiators)
ID: FA8213-25-R-3024Type: 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 C-17 Arm/Fire Initiators under solicitation number FA8213-25-R-3024. This procurement involves the production of critical safety components, including Cartridge Actuated Devices and Propellant Actuated Devices, which are essential for the safety of aircrew during emergencies. The selected contractor will be required to adhere to stringent quality assurance standards, including compliance with ISO regulations and hazardous material handling, ensuring that all remanufactured parts meet or exceed original performance specifications. Interested vendors should direct inquiries to the primary contact, Tyson Tharp, at tyson.tharp@us.af.mil, and are encouraged to submit their proposals by the extended response date as indicated in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for Ammunition Data Cards (ADC) related to the U.S. Air Force (USAF) and U.S. Navy (USN) compliance with MIL-STD-1168 standards as part of the Worldwide Ammunition-data Repository Program (WARP). It specifies the preparation requirements for ADCs, including traceability for energetic materials and hardware through documentation such as Certificates of Analysis and Certificates of Conformance. Critical components, the listing of internal part numbers, and age recertification for materials are emphasized. Contractors must ensure traceability for submissions and will create an initial sample ADC for government review before submitting production lot ADCs. The WARP system facilitates electronic submissions, provides notifications for approvals, and mandates the inclusion of hard copies with shipments. The document also details access procedures for the Munitions History Program (MHP) and highlights the importance of updating system administrators with new contract information. Overall, this SOW serves as a critical framework for ensuring compliance, quality assurance, and traceability for ammunition data management within the defense sector.
    The government file, FA8213-25-R-3024, outlines a solicitation for the remanufacture of specific military components essential for C17 aircraft operations, specifically the Arm/Fire Initiators. It includes three line items: 34 electrical propellant initiators and 150 internal cartridge initiators, both with a delivery deadline of March 31, 2027, to Hill Air Force Base, Utah. Additionally, there is a data requirement related to DD 1423-1 documentation. The solicitation indicates that electronic procedures will be utilized for the bidding process. Importantly, it notes the unavailability of funds for the contract at present, stipulating that the government's financial obligation is dependent on the allocation of appropriated funds. Two potential contractors, Pacific Scientific Energetic Materi and Chemring Energetic Devices Inc., are identified as recipients of this request. This document serves to invite proposals for the manufacture of vital defense components, adhering to federal regulations and funding availability protocols.
    The document outlines the Contract Data Requirements List for contract FD2020-25-51822, detailing the essential data items required from the contractor, AFLCMC/EBHJ. It specifies various data item categories, such as the Ammunition Data Card (ADC) and Engineering Change Proposal (ECP), including their titles, submission frequencies, and formats. Key requirements include using electronic formats for submission, distribution statements restricting data to U.S. government agencies, and guidelines for responses to submissions within set timeframes. Each item lists specific remarks relevant to submissions, approval processes, and project management, indicating compliance with Arms Export Control laws. This structured approach ensures robust oversight and methodical management of data pertaining to munitions and their production processes, emphasizing accountability and standardization within government contracting.
    This document provides detailed specifications for various initiator components used in the C-17 and C-17A aircraft. Each item is uniquely identified by an NSN, CAGE code, and reference number, categorizing them mainly as propellant initiators and cartridge initiators. The key contact person for these items is Kenneth G. McCormick of the 784 CBSG, with relevant contact information provided. The initiators serve the critical function of initiating the Fire Extinguishing Delivery System (FEDS) on C-17 aircraft and are marked with different criticality codes, indicating their importance and the requirement for strict handling due to their explosive nature. Specifications include physical dimensions, materials (primarily aluminum), weight, and safety characteristics of these components. Notably, each initiator incorporates features such as threaded components and explosive fuses, ensuring high reliability and safety standards. The document aligns with federal regulations regarding military equipment, focusing on the safety, reliability, and operational efficiency of crucial components enhancing aircraft performance and safety during operation. Such specifics are essential for government procurement processes and support maintenance and operational readiness of military assets.
    The document outlines procedures for the rework and repair of nonconforming materials in federal contracts. It defines key terms—rework as the complete alignment of materials with specifications, and repair as a partial correction that still does not meet all requirements. The contractor must submit rework procedures to the Government Quality Assurance Representative (QAR) for review, while repair procedures require prior written approval from the Contracting Officer via a Request for Deviation/Waiver. Each submission must also include an explanation of the nonconformance's cause and measures to prevent recurrence. Additionally, both rework and repair procedures should include reinspection provisions, ensuring assurance that the items have met reprocessing requirements. These regulations extend to all contractors, suppliers, vendors, or subcontractors involved in the supply chain. The document emphasizes the importance of addressing nonconformities to maintain quality and compliance in government procurement processes.
    This document outlines specific packing and shipping requirements for munitions overseen by the 406 Supply Chain Management Squadron at GULAA-Hill Air Force Base. It emphasizes the need for Level A packing to protect items under severe shipment conditions, including war reserves and international collaborations. Key guidelines include correct wrapping techniques, cushioning to prevent movement, and proper sealing of containers. Additionally, it details compliance with the United Nations' regulations on wooden packaging materials, particularly to mitigate risks from invasive species. All wooden materials must be constructed from debarked wood and heat-treated to specified temperatures, requiring certification from recognized agencies. The document also references standard marking requirements for ammunition shipments and specifies that shipments must not proceed without an official hazard classification. Overall, this file serves to ensure safe, compliant transportation of defense-related materials in accordance with stringent departmental regulations and international standards.
    This document comprises a solicitation from the Department of the Air Force, specifically for the procurement of explosives manufacturing items, including two types of C-17 arm fire initiators with specified quantities, delivery schedules, and comprehensive inspection and acceptance criteria. The solicitation number FA8213-25-R-3024 indicates a routine acquisition process, allowing participation from various small business classifications such as women-owned and HUBZone small businesses. It outlines the evaluation criteria for proposals, emphasizing technical merit and cost considerations. The document details stringent quality assurance requirements, including adherence to ISO standards and required testing protocols for production lots. Further, it highlights compliance with hazardous material regulations and necessary documentation for shipments. The contracting officer, Tyson W. Tharp, is the primary contact for inquiries. Additional clauses addressed cover payment processes, contract administration, and mandatory compliance with government acquisition regulations, encapsulating both the procedural and operational standards necessary for potential contractors. Overall, this solicitation serves as a formal request for bids, ensuring transparency and competition while emphasizing quality and compliance in government procurement processes.
    The CAD/PAD Item Marking Instruction, Version 1.6, outlines federal requirements for marking Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) with Item Unique Identifiers (IUID). Its purpose is to enhance the accuracy of aircraft maintenance data systems and establish a standard for marking that includes both Human Readable Information (HRI) and Machine Readable Information (MRI). The document specifies marking requirements applicable to suppliers of CAD/PAD components, detailing both production and remanufactured items. Key marking requirements include mandated data to be displayed in formats compatible with MIL-STD-130 and relevant ISO standards, ensuring correct identification through markings like Data Matrix ECC 200. The instructions differentiate marking methods based on item size, including guidelines for items too small for direct markings, which may instead use labels. The document also addresses kit format markings, stipulating that individual components in kits must carry unique identifiers, and sets forth strict conditions under which waivers for these marking requirements will not be granted. This guidance aligns with Defense Federal Acquisition Regulation Supplement guidelines and underscores the commitment of the Department of Defense to standardize the identification of military property for improved tracking and maintenance.
    The document appears to contain data related to federal government Requests for Proposals (RFPs) and grants, as well as state and local RFPs. However, it is fragmented and lacks clear, cohesive content due to considerable distortion, making it difficult to extract specific themes or actionable items. Despite this, the intent behind such documents generally includes announcing funding opportunities aimed at various sectors, encouraging innovative proposals, and establishing partnerships to fulfill specific public needs. Typical RFPs provide a framework for organizations to respond to government funding requests, focusing on areas like infrastructure, healthcare, education, and community development. Responses must align with the federal guidelines and demonstrate how proposed projects will deliver measurable benefits. The inclusion of assessments and compliance details is essential for project approval. In summary, while the document is largely indecipherable, it seemingly relates to government procurement processes through RFPs and grants, aiming to facilitate project funding across multiple sectors and ensure adherence to regulatory standards.
    The government file discusses various requests for proposals (RFPs) and grant opportunities associated with federal, state, and local initiatives. The primary focus is on the specifications and requirements set forth for potential applicants aiming to secure funding or contract opportunities. The document highlights essential elements such as eligibility criteria, application procedures, funding limitations, and submission deadlines. It emphasizes the importance of compliance with regulatory standards and guidelines to ensure successful proposals. Additionally, the file suggests potential areas of focus for applicants, including community development, infrastructure improvements, and public health initiatives, underlining the government's commitment to supporting projects that benefit society and enhance local economies. Understanding these facets is crucial for applicants to navigate the complex landscape of government funding effectively. Overall, the document serves as a key resource for organizations seeking to leverage government opportunities for project development and innovation.
    The document appears to pertain to various federal and local government Requests for Proposals (RFPs) and grants, though its contents are heavily encoded and largely unreadable. The overall purpose seems to be to streamline the procurement process for governmental projects by outlining specific requirements, deadlines, and application procedures for potential applicants. Key points may include guidelines on submission formats, eligibility criteria for bidders, and evaluation metrics to be used in assessing proposals. Additionally, it may detail the types of projects being funded or solicit bids for, covering areas like construction, technology services, or community initiatives. Due to the encrypted nature of the file, the explicit details could not be thoroughly analyzed, but the emphasis is likely on enhancing transparency and efficiency in public sector contracting. This initiative aligns with government efforts to improve operational efficacy and ensure that services and projects meet community needs through accountable bidding practices.
    The document outlines the instructions and requirements for submitting proposals in response to a government solicitation, specifically targeting Air Force contracting efforts. It emphasizes the need for qualified vendors to submit a qualification package, as proposals from non-qualified sources will not be considered. The Contracting Officer (CO) anticipates adequate price competition; however, if this is not the case, further cost data may be requested. Offerors must follow specific instructions for proposal formatting, including a clear presentation of technical and schedule details, and must provide an acceptable price proposal in alignment with Section B of the RFP. Key evaluation criteria include technical qualifications and a detailed project schedule, which must incorporate a Work Breakdown Structure (WBS) and defined milestones. Offerors are also required to include signed forms and certifications within their proposals. The document stresses the importance of compliance with all solicitation requirements and outlines the procedures for addressing discrepancies and requesting proposal debriefings. This solicitation serves as a framework to ensure competitive and fair selection processes while maintaining quality standards in government procurement.
    The document outlines the evaluation factors and methodology for awarding a government contract, emphasizing a best value approach that balances technical capability and cost. The contract award will be based on an assessment of technical solutions and price, with only qualified vendors considered. Key evaluation factors include Technical (with subfactors on vendor qualification and project scheduling) and Cost/Price, where technical factors outweigh price considerations. Proposals will be rated as acceptable or unacceptable for technical qualification and assigned color/adjectival ratings based on their approach and understanding of requirements. The technical risk rating further assesses the potential impact of weaknesses on performance and schedule. The price proposal must demonstrate reasonableness compared to competitive rates and will influence the total evaluated price. The government retains discretion in proposal corrections and may conduct discussions if beneficial but urges initial offers to be final and best offers. Overall, the evaluation process aims to ensure effective contract performance while managing risks and costs efficiently.
    The United States Air Force (USAF) is conducting a Sources Sought Synopsis (Number: FA8213-25-R-3024) to identify potential sources for supplying engineering and manufacturing capabilities related to Arm/Fire Initiators. This market research aims to explore competitive options for an upcoming procurement, specifically targeting small businesses including those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned. Interested parties are requested to respond by May 15, 2025, providing their small business status, relevant experience in similar manufacturing, and company profiles, including employee count and office location. Key components of interest include three specific Arm/Fire Initiator models identified by part numbers and stock numbers. The document emphasizes that this is not a solicitation for proposals, nor will costs be reimbursed for responses. The USAF indicates a limited availability of technical data and encourages potential offerors to have the required data access to engage in this opportunity. Contact details for inquiries are provided, emphasizing the government’s intent to assess available resources prior to formal contracting efforts.
    The Statement of Work outlines the requirements for the contractor responsible for the preservation, packaging, and marking of items delivered under the contract. The contractor must adhere to specific military standards for packaging and hence develop procedures in accordance with AFMCI 24-201 and MIL-STD-2073-1. All shipments must bear appropriate markings according to MIL-STD-129, ensuring items are labeled to indicate their condition and contents. The document also emphasizes compliance with international phytosanitary regulations (ISPM 15) regarding wood packaging materials, hazardous material regulations set by various organizations, and specialized shipping container guidelines (MIL-STD-648). Additionally, it addresses the use of materials sensitive to electrostatic discharge and the need for proper documentation for hazardous shipments. The contractor is to utilize a special packaging instructions retrieval system (SPIRES) for viewing packaging requirements and must report any discrepancies in shipments through the Web Supply Discrepancy Report system. Lastly, disposal and replacement protocols for reusable containers are specified, ensuring adherence to military standards throughout the delivery process. This comprehensive framework reflects the critical logistics and safety considerations inherent in government contracting.
    The document outlines the Statement of Work (SOW) for the essential remanufacture of the C-17 Arm Fire Initiators, prepared by the Air Force Life Cycle Management Center. It details the scope, objectives, and requirements surrounding the remanufacturing process to restore the components to a serviceable condition. Key tasks include disassembly, cleaning, inspection, repairs, reassembly, and testing, adhering to specified technical orders and standards. The contractor must ensure that all remanufactured parts meet or exceed original performance standards, and utilize 100% compliant materials. Government Furnished Property will be provided, and contractors must follow strict safety and quality guidelines due to the explosive nature of the components. Reporting requirements, including acceptance tests and corrective actions in case of failure, are stipulated, alongside strict guidelines for inventory management and handling. This SOW serves as a critical framework to ensure effective remanufacturing while maintaining safety and compliance standards, reflecting the Air Force's commitment to sustaining operational capabilities of essential defense systems.
    The document outlines a Statement of Objectives (SOO) for procuring and sustaining aircraft egress system components, specifically Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD). These components are designated as Critical Safety Items (CSIs) essential for ensuring the safety of aircrew in emergencies. Timely delivery is critical to operational readiness and personnel safety. The Government intends to select a contractor demonstrating a strong understanding of the project requirements, a solid technical approach, and an achievable schedule at a competitive price. Offerors must present their technical approach, relevant experience, potential risks with mitigation strategies, and a detailed schedule with key deliverables. An effective Work Breakdown Structure (WBS) is also essential to outline project management. Additionally, offerors should outline a plan for monthly updates on progress. This solicitation emphasizes the significance of timely and reliable supply chain management for crucial safety components in military aviation, enhancing both safety and operational effectiveness.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FD2020-23-50081
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is procuring initiators, cartridge actuated devices with part numbers 1377-01-203-8651 and 1377-01-355-0088, specifically the P/N 38-710078. These initiators are used in cartridge and propellant actuated devices and components.
    JAU-76/A Initiator, Cartridge Actuated and JAU-77/A Initiator, Cartridge Actuated: 200 Quantity
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support Mechanical Division, is soliciting offers for the procurement of JAU-76/A and JAU-77/A Cartridge Actuated Initiators, with a total quantity of 200 units. These initiators are critical components for the F/A-18 aircraft, and the contract will require adherence to strict military specifications, including unique item identification, detailed packaging, and quality assurance standards. The solicitation has undergone amendments, with the latest deadline for offer submissions extended to December 19, 2025, at 2:00 PM Eastern Time. Interested parties should contact Alexander Bonner at alexander.j.bonner2.civ@us.navy.mil or call 17712290390 for further information.
    FD2020-23-50079
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is seeking a procurement of initiators for cartridges. These initiators, with part number 68B710650-103, are typically used in cartridge and propellant actuated devices and components. The notice includes multiple NSNs and alternate NSNs for the initiators.
    1377 - M688 M689 M700 M218 INITIATOR CARTRIDGE ACTUATED
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking eligible contractors to manufacture various initiator cartridges for military aircraft. The procurement includes items such as the M688, M689, M700, and M218, which are critical components for the escape systems of several aircraft models, including the A-10A/C, B-52H, and F-16A/B/C/D/N. Interested parties are invited to submit capability statements, as the government may choose to negotiate with a single source or open the solicitation to full competition. For further inquiries, contractors can contact Ashley Leonard at ashley.l.leonard4.civ@us.navy.mil or by phone at 771-229-0494.
    Remanufacture of Electro-Mechanical Actuator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of Electro-Mechanical Actuators under a two-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to restore the actuators, identified by NSN 1680-01-267-9557RK, to a like-new condition through a comprehensive process that includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, adhering to military standards and quality control measures. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft systems. Interested vendors should note that the solicitation anticipates a sole-source award to Whippany Actuation Systems LLC, but other vendors may submit Source Approval Request (SAR) packages. For further inquiries, potential bidders can contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    FD2020-23-50022
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE is procuring CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS. The service/item being procured is NSNS: 1377-01--650-4860 & 1377-01-521-3457 CARTRIDGE, INITIATOR. This item is typically used for initiating a specific action or process.
    B-2 TLX Kits, FA821322R3003
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 for further details.
    1377 - NSN 1377-01-423-2502, SQ03, CCU-133/A, Impact Initiator, P/N: 6094100-101-02 and NSN 1377-01-423-1008, SQ04, BBU-58/A, Front Mount Initiator, P/N: 6092100
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure explosives-related supplies, including the NSN 1377-01-423-2502 (Impact Initiator) and NSN 1377-01-423-1008 (Front Mount Initiator), with quantities of 67 and 73 units respectively. These items are critical components in military applications, and the procurement will adhere to strict safety and security protocols due to the nature of the explosives involved. Interested suppliers are encouraged to submit capability statements, as the government intends to negotiate with a single source under FAR 6.302, with the solicitation expected to be available no earlier than the response date for this notice. For further inquiries, potential bidders can contact Andrew Emrich at 771-229-3927 or via email at andrew.e.emrich.civ@us.navy.mil.
    1377 - 1377004091099, MD16; 1377014411650, SS17
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of explosive items under solicitation numbers MD16 and SS17. The procurement involves cartridge and propellant actuated devices and components, which are critical for various military applications, necessitating compliance with stringent safety and manufacturing standards. Interested vendors should note that paper copies of the solicitation will not be provided, and a safety survey will be required due to the explosive nature of the items. For further inquiries, potential bidders can contact Taytiana Quiero at 771-229-0433 or via email at taytiana.e.quiero.civ@us.navy.mil.