F-15 Initiator
ID: FA8213-24-Q-3006Type: Solicitation
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 U.S. Air Force has issued a solicitation for multiple contracts relating to the production, remanufacture, and support of critical components for its F-15 aircraft.

    Opportunity Overview:

    This opportunity seeks to fulfill the Air Force's requirements for initiator devices and associated services for the F-15 emergency egress system. The initiator devices are used in the external jettisoning of the aircraft's canopy in emergency situations. The Air Force also requires contractor support for ammunition management, including data management, packaging, and logistics.

    Scope of Work:

    The successful awardee will be responsible for the following:

    • Remanufacturing unserviceable initiator items, involving disassembly, cleaning, inspection, maintenance, and reassembly, using government-provided components.
    • Lot acceptance testing and inspection are critical aspects of this process.
    • Submitting required data items, such as Ammunition Data Cards (ADCs), Engineering Change Proposals (ECPs), and Test/Inspection Reports, according to specified timelines.
    • Adhering to detailed instructions for marking CAD/PAD items with Human Readable and Machine Readable Information.
    • Providing comprehensive packaging and logistics services for military cargo, ensuring compliance with government standards and regulations for various scenarios, including hazardous materials.
    • Rectifying nonconforming materials through rework and repair procedures, with a focus on ensuring compliance and government approval.
    • Supplying initiator devices for the F-15's canopy jettison system, which are precision-machined aluminum cylinders with specific dimensions and mechanical actuation capabilities.
    Eligibility Criteria:

    The eligibility criteria for applicants are not explicitly mentioned in the provided files. However, given the nature of the work, it is likely that the Air Force will prioritize contractors with a strong track record in defense contracting, particularly those specializing in aviation components, explosives, and ammunition management.

    Funding and Contract Details:

    The contracts are expected to be firm-fixed-price agreements, with the total value of the data items procurement exceeding $110 million. The RFQ for the supply of initiator devices specifies a quantity of 70 units at a FOB destination, with a proposed 18-month delivery window.

    For the ammunition data requirements, the Air Force emphasizes the use of government-furnished materials to ensure standardization and security.

    Submission Process:

    The submission process involves responding to the Request for Quotes (RFQ) for the supply of initiator devices, which has a specified due date.

    For the other procurement objectives, the files indicate that contractors must adhere to tight deadlines for submitting the required data items and reports. The first submissions are typically due within 30 days of contract award, while Acceptance Test Plans must be submitted 90 days prior to Lot Acceptance Testing.

    Evaluation Criteria:

    The evaluation of proposals will likely focus on the following criteria:

    • Ability to meet technical requirements, including compliance with military standards and prompt submission times.
    • Price and delivery time for the supply of initiator devices.
    • Experience and track record in defense contracting, particularly with the U.S. Air Force or other branches of the military.
    • Compliance with strict packaging and logistics requirements for ammunition shipments.
    Contact Information:

    For clarification or further information, interested parties can contact the primary point of contact, Elizabeth Dykes, via email at Elizabeth.Dykes@us.af.mil, or the secondary contact, Roger Mott, at roger.mott@us.af.mil or by phone at 801-558-3802.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force seeks a contractor to perform essential remanufacturing services on unserviceable initiator items for the F-15 emergency egress system. These items, including the External Canopy-Jettison Initiator, will be supplied by the government. The focus is on returning them to serviceable conditions per technical specifications. Contractors must use their technical data and resources for the evaluation, remanufacture, and testing processes. Key tasks involve disassembly, cleaning, inspection, maintenance, reassembly, and finishing. The work also entails managing government-furnished property, adhering to safety protocols for explosives, and ensuring quality and timely reporting. The contract may involve obsolescence management and engineering change proposals. Lot acceptance testing and inspection are critical steps in the process. The Air Force seeks a capable contractor to ensure the successful remanufacture and testing of these essential aircraft safety components.
    The provided data appears to be a detailed report on contractor-possessed munitions, offering an extensive overview of munitions-related contract information. Each column represents specific attributes related to the procurement and management of these supplies. The report seems comprehensive, covering multiple contract numbers, receipt and shipment dates, quantities, and various details about the munitions' status. The primary objective appears to be to closely monitor and manage the flow of munitions between contractors and the government, ensuring accurate tracking of inventory. This report serves as a vital tool for transparency and accountability in the procurement and management of these specialized goods.
    The primary objective of this procurement is to obtain various data and technical information supporting the management and testing of ammunition. This includes data cards, engineering change proposals, notice of revisions, request for variance reports, acceptance test plans, and test/inspection reports. The information sought is governed by specific requirements. Data must often be submitted in Microsoft Office or PDF formats, with lot numbers, national stock numbers, and nomenclature included. Electronic submitting via the Wide Area Work Flow (WAWF) system is emphasized. The contractor is expected to adhere to specific data delivery descriptions outlined in the Defense Department forms and instructions detailed in the file. Multiple data items and delivery requirements are outlined, including the Ammunition Data Card (ADC), Engineering Change Proposal (ECP), and Notice of Revision (NOR), all requiring a response within 30 days of receipt. The contractor must submit an Acceptance Test Plan at least 90 days prior to Lot Acceptance Testing. Test/Inspection Reports must be submitted within 30 calendar days after each Lot Acceptance Test. The scope of work involves the contractor generating and submitting the required data items throughout the production process. This includes generating sample ADCs using the Worldwide Ammunition Data Repository Program (WARP) system and submitting them for approval prior to final submissions. The contractor is also responsible for creating reports, such as the Failure Summary and Analysis Report, using their own format, and submitting them via email in response to specific events or timelines. Although not explicitly mentioned, the contract is presumably a firm-fixed-price agreement, with an estimated total price of the three data items exceeding $110 million. Key dates include the submission deadlines outlined for each data item, with the first submissions typically due within 30 days of contract award. However, specific timelines vary depending on the data item and production milestones. Evaluation criteria are not explicitly mentioned within the provided file. However, compliance with the detailed requirements and prompt submission times appears to be a key factor in the evaluation of proposals.
    The procurement objective outlined in this file is centered around data requirements for individual shipments of hazardous materials and inert component parts. The focus is on providing detailed information about each shipment, encompassing parameters such as shipment date, estimated time of arrival, delivery deadlines, carrier details, and billing information. Additionally, the REPSHIP form mandates specifics on the cargo name, container details, security risk categorization, and hazardous classification. This comprehensive approach aims to facilitate efficient tracking and handling of these specialized shipments, ensuring adherence to security protocols and timely deliveries. Key data fields required for each shipment unit include the military traffic expediting service number, shipment name, container details, security classifications, and hazard codes. The REPSHIP form appears tailored for meticulous recording, which is crucial for managing diverse aspects of complex shipments, especially those involving hazardous materials and sensitive items.
    The Statement of Work outlines the requirements for preparing Ammunition Data Cards (ADCs) in accordance with military standards. The focus is on ensuring traceability and proper formatting of ADCs. Contractors must enter detailed information about energetic materials and hardware components, following the Worldwide Ammunition-data Repository Program (WARP) format. The process is largely digital, with contractors submitting ADCs online for government review and approval. Access to the system requires CAC or DoD-approved digital certificates. Key tasks involve contractor input of sample and production lot ADCs into WARP, with government authorities reviewing and approving these submissions. The contractor must ensure data accuracy and include ADCs with each shipment. This Statement of Work aims to streamline the process, reduce conflicts, and enhance traceability in the CAD/PAD program. Contractors will play a significant role in achieving these objectives.
    The file contains detailed instructions for marking CAD/PAD items (cartridge and propellant actuated devices) to fulfill Department of Defense requirements. The objective is to implement Item Unique Identifiers (IUID) and Data Matrix markings on these items, enhancing accuracy in aircraft maintenance data. Suppliers/manufacturers must provide both Human Readable Information (HRI) and Machine Readable Information (MRI) markings. HRI includes item nomenclature, manufacturer's CAGE code, lot number, serial number, manufacturer's part number, and date of manufacture, while MRI follows a specified data construct using Data Matrix ECC 200 symbols. The instructions cater to varying item sizes, specifying preferred marking methods. For items with data plates, the MRI is incorporated into existing plates, while smaller items use self-adhesive labels. Kits or ship-sets have both individual component markings and kit container markings, with kit markings reflecting serial numbers and lot numbers. The F-35 has specific marking instructions, and Electronic Equipment Logbooks must be submitted for all serial numbers delivered. Marking method requests can be considered through appropriate channels, but UID requirements are non-negotiable. Overall, the focus is on ensuring accurate and standardized identification markings for CAD/PAD items.
    The primary objective of this procurement is to obtain comprehensive packaging, preservation, and marking services for military cargo. The focus is on adhering to a multitude of government-specified standards and regulations, ensuring the safe and efficient transport of goods. Offerors must demonstrate their ability to comply with these exacting requirements, which encompass decision charts, special packaging instructions, and labeling for various scenarios, including hazardous materials and international shipments. The statement of work outlines in detail the specific military packaging standards, encompassing appendices, codes, and instructions. This includes the use of wood packaging for international trade, compliance with electrostatic discharge standards for sensitive equipment, and application of palletized unit load methods. Contractors must also ensure compliance with federal and international regulations for hazardous material shipments, providing appropriate certifications and safety data sheets. In addition to these technical specifications, the selected contractor will be responsible for submitting supply discrepancy reports and seeking approvals or waivers for packaging deviations. The contract, likely a firm-fixed-price arrangement, will involve close collaboration with government packaging management offices and compliance with numerous detailed standards, instructions, and regulations. Key dates and evaluation criteria were not explicitly mentioned in the provided information. However, the government's emphasis on timely submission and meticulous adherence to numerous packaging and safety standards suggests a rigorous procurement timeline and evaluation process.
    The primary objective of this procurement is to acquire logistics and packaging services for ammunition shipments. The focus is on ensuring the safe and efficient transportation of these items, adhering to strict military standards. The services required involve preparing and packaging the ammunition for various scenarios, including deployments, reserves, and foreign assistance. This entails packing items in accordance with specified levels of protection, using barrier bags, cushioning, and debarred wood pallets, all while meeting international standards for phytosanitary measures. The packaging must endure rough handling and various environmental conditions. Key dates and evaluation criteria are not explicitly mentioned within the provided file, but the procurement's urgency seems implicit given the nature of the goods being handled. This is a time-sensitive process, likely requiring quick turnarounds and a high level of precision.
    The focus of this procurement is on rectifying nonconforming materials. The government seeks to engage a contractor to address these issues through a combination of rework and repair procedures. Rework involves reprocessing to ensure materials fully conform to drawings, specifications, and contract requirements, whereas repair entails reprocessing to mitigate, but not necessarily eliminate, nonconformances. Contractors will be responsible for documenting rework procedures, while also submitting repair procedures for government approval. This process includes providing reinspection provisions and ensuring the government has assurance that reworked materials meet the required standards. As a supply chain requirement, this applies to contractors and their suppliers. The emphasis is on ensuring compliance and preventing recurrence, with procedures subject to government approval.
    The Air Force seeks to procure Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) spares, emphasizing government-furnished materials. The focus is on PVU-1/A Primers, critical components requiring precise replication. Due to qualification complexities, using government-provided primers is the most cost-effective and timely solution. This approach guarantees standardization, enhances security, and ensures a stable industrial base for the CAD/PAD program. The firm-fixed-price contract emphasizes expediting production while minimizing risks and costs associated with alternative sourcing. Key benefits include reduced procurement time, a streamlined qualification process, and a reliable supply chain, all contributing to the efficient sustainment of the CAD/PAD program. Jason Sayre, the program manager, has approved the memorandum, confirming the government's interest in furnishing the specified materials.
    The procurement objective is to acquire manually operated initiators for the F-15 aircraft's canopy jettison system. These initiators are precision-machined aluminum cylinders with a unique function. They feature a mechanically actuated firing mechanism that ignites an explosive train, enabling the canopy's external jettisoning. With dimensions of 4.34" length and .75" diameter, these initiators are designed with moving flanges on both sides for seamless integration. The government seeks a solution that ensures the safe and efficient deployment of the jettisoning mechanism in emergency situations.
    The Air Force seeks quotes for the supply of initiator, external canopy jettison devices. These devices are used to externally jettison aircraft canopies and must adhere to precise dimensions and weight restrictions. The RFQ specifies a quantity of 70 units, to be delivered within 18 months. Offerors must also provide information on the number of required carcasses and primers, with expedited delivery authorized. Technical requirements are detailed in the RFQ, emphasizing compliance with specific military standards and quality assurance protocols. Contractors must submit CDRLs for various data, including ammunition data cards, engineering change proposals, and test reports. Delivery is FOB destination, with inspection and acceptance at the contractor's facility. Critical dates include a due date for quotations and a proposed 18-month delivery window. Evaluation of quotes will consider factors such as price, delivery time, and compliance with technical requirements. Contractors must also agree to various clauses covering issues such as payment terms, warranty, and government delays.
    Lifecycle
    Title
    Type
    F-15 Initiator
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    CANOPY TRANSPARENCY / 19F, F-15 EAGLE AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for the procurement of Canopy Transparency for the F-15 Eagle Aircraft. The contract will cover an estimated annual quantity of 60 units, with a delivery timeline of 230 days post-order, and will be issued as an unrestricted procurement, allowing for competition among qualified contractors. This component is critical for the operational readiness of the F-15 aircraft, and interested vendors must be certified by the Department of Defense to access the necessary unclassified data. The solicitation is expected to be released on or about September 27, 2024, and inquiries can be directed to Gladys Brown at gladys.brown@dla.mil or by phone at 804-279-1561.
    F-16 Aircraft Emergency Canopy Release Line (ECRL)
    Active
    Dept Of Defense
    The U.S. Air Force is seeking potential suppliers for the F-16 Aircraft Emergency Canopy Release Line (ECRL), a critical component in the event of an emergency. The goal is to identify small businesses with the capacity to manufacture and engineer these specialized components, especially those owned by minorities and located in hub zones. For planning and market research purposes, the Air Force aims to assess the viability of future procurement processes and encourage responses from companies with experience in manufacturing and testing similar canopy remover rockets. No funding is currently available, with responses due by 3:00 pm MDT on September 9, 2024, for consideration.
    HYDRAULIC RESERVOIR PARTS KIT / 19F, F-15 EAGLE AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Hydraulic Reservoir Parts Kit for the F-15 Eagle aircraft. This opportunity is a presolicitation for an indefinite quantity contract (IQC) with a base period of five years, requiring the manufacturing of parts in accordance with specific technical drawings and standards. The estimated annual quantity is 96 units, with delivery expected 210 days after the order date, and inspection and acceptance will occur at the origin. Interested small businesses must ensure they are certified to access the required unclassified data and are encouraged to participate in a reverse auction process. For further inquiries, Gladys Brown can be contacted at gladys.brown@dla.mil or by phone at 804-279-1561. The solicitation is anticipated to be issued on or about September 18, 2024, and will be available on the DLA Internet Bid Board System (DIBBS).
    CIRCUIT CARD ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a firm-fixed-price contract to procure three circuit card assemblies (CCAs) for the F-15 avionics system. These CCAs, identified by part number 616180-1, are critical components used in the maintenance and repair of the F-15 Weapon Systems, with a delivery requirement of 30 days after receipt of the executed purchase order. Interested vendors must submit their quotations by 5:00 PM EST on September 19, 2024, and all inquiries should be directed via email to LynTasia Harris at lyntasia.harris@us.af.mil, with a courtesy copy to Stacylee Johnson at stacylee.johnson.1@us.af.mil. This procurement is a total small business set-aside, emphasizing the importance of compliance with federal regulations and quality assurance standards throughout the process.
    Remanufacture of the F-16 Sieve Bed Set
    Active
    Dept Of Defense
    The U.S. Air Force is seeking a contractor to remanufacture F-16 Sieve Bed Sets, a critical safety component in producing oxygen-enriched gas, through a firm-fixed-price contract with a potential two-year extension. Contractors must provide all necessary materials and expertise to restore these sets to a like-new condition, adhering to strict military standards. The Air Force anticipates awarding the 5-year contract, worth an estimated $585,000 per year, to Cobham Mission Systems Davenport. The solicitation requires prospective vendors to meet stringent packaging and transportation standards, including military packaging and preservation guidelines, and international regulations aimed at preventing the spread of invasive species. Contractors must also comply with detailed reporting obligations, such as Commercial Asset Visibility reporting, to ensure transparency in the maintenance process and effective asset management. These sieve bed sets are vital for Air Force operations, playing a critical role in aircraft functionality. The successful contractor will face a rigorous quality assessment process and tight delivery timelines, reflecting the urgent need for these sets in maintaining Air Force capabilities. Interested parties should contact Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at David.ORourke@us.af.mil for further details. The solicitation period begins on August 29th, 2023, and interested vendors should carefully review the current requirements at http://assist.dla.mil to ensure compliance and avoid any risks associated with outdated information.
    T-6A and/or T-38C Aircraft Cartridges, Initiator, Time Delays, Under Seat Rocket Motors
    Active
    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 T-6A and/or T-38C Aircraft Cartridges, Initiators, Time Delays, and Under Seat Rocket Motors. This market research aims to assess the availability of responsible sources with the engineering and manufacturing capabilities necessary for producing egress components for these aircraft, which are critical for ensuring pilot safety and operational effectiveness. Interested parties, particularly small businesses including those designated as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, are encouraged to respond with their qualifications and relevant experience by 3:00 PM on September 30, 2024. For inquiries, contact Annette Howard at annette.howard@us.af.mil or call 801-586-4047.
    Repair of the F-15 APG-82(V)1
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the repair of critical components in the F-15E radar system, including the Radar Power Supply (RPS), Common Integrated Sensor Processor (CISP), Receiver Exciter (REX), and Active Electronically Scanned Array (AESA). The government seeks contractors with the necessary expertise and capabilities to meet the qualification requirements for these repairs, noting that it does not own the technical data for these items, which currently limits the repair options to Raytheon Technologies as the sole source. Interested parties, both large and small businesses, are encouraged to participate in the Contractor Capability Survey to demonstrate their qualifications, with the understanding that participation does not guarantee future contract awards and that no expenses will be reimbursed. Responses to the survey are due by the specified deadline, and inquiries can be directed to Kennedi Hoffman at kennedi.hoffman@us.af.mil or Phillip Russell at phillip.russell.9@us.af.mil.
    SWITCH ASSEMBLY,TWO
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for a firm fixed price contract for the procurement of four switch assemblies for the F-15 aircraft, identified by National Stock Number (NSN) 2835010338955RP. The procurement emphasizes compliance with military standards for quality control, packaging, and marking, including adherence to MIL-STD-130 for item identification and MIL-STD-129 for shipping protocols, ensuring that the supplied items meet stringent military requirements. Interested vendors should note that the quotation is not set aside for small businesses, with responses due by September 4, 2024, and must comply with various government procurement practices, including the Buy American Act. For further inquiries, Richard Dunlap can be contacted at richard.dunlap.2@us.af.mil or by phone at 385-519-8306.
    Control Panel, Test /WSDC (19F) Aircraft, Eagle F-15, PR: 7007685516; NSN: 4920-015555319, P/N 99-1004900
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Control Panel, Test for the WSDC (19F) Aircraft, specifically for the Eagle F-15, under solicitation PR: 7007685516. The requirement includes one National Stock Number (NSN) for a Cable Assembly, Special Purpose, Electrical, with a total quantity of 53 units, and the contract will be awarded as a firm fixed price. This equipment is critical for the maintenance and repair of aircraft, ensuring operational readiness and safety. Interested vendors must submit their proposals by October 11, 2024, and can direct inquiries to Melinda Johnson at Melinda.Johnson@dla.mil or by phone at (804) 279-1627.
    Remanufacture of F-15 Fuel Valve NSN 2915-01-140-5874RK, PN 2780499-102
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the remanufacture of the F-15 fuel valve, NSN 2915-01-140-5874RK, PN 2780499-102. The procurement involves comprehensive services including disassembly, inspection, cleaning, reassembly, and testing to restore the fuel valve to a like-new condition, adhering to strict technical orders and quality assurance protocols. This remanufacturing process is crucial for maintaining the operational readiness and safety of the F-15 aircraft, which is a vital asset for national defense. Interested vendors are encouraged to contact Mayona Presley at mayona.presley@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details, as this is a Sources Sought notice with no current solicitation or contract commitment.