RATO (Rocket Assisted Take Off) Motor and Initiator
ID: RATO-FA8213Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8213 AFLCMC EBHKHILL AFB, UT, 84056-5820, USA

NAICS

Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing (336415)

PSC

ROCKETS, ROCKET AMMUNITION AND ROCKET COMPONENTS (1340)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Rocket Assisted Take-Off (RATO) motors and initiators under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement is critical for the BQM-167A Aerial Target Drone, necessitating comprehensive qualification requirements to ensure reliability and interoperability of the components. Interested manufacturers must demonstrate their technical capabilities and comply with stringent military standards, with an estimated contract value of up to $48 million. Proposals must be submitted electronically, adhering to specific formatting guidelines, with a submission deadline to be announced. For further inquiries, interested parties can contact Jesse Whinham at jesse.whinham@us.af.mil or Elizabeth Dykes at Elizabeth.Dykes@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for the provision of ammunition, emphasizing stringent reporting, testing, and compliance processes required from contractors. Key requirements include timely notification of shipment (REPSHIP), accurate documentation of ammunition lots via Ammunition Data Cards (ADC), and adherence to specific military standards for item marking, serialization, and physical security. Contractors must follow regulations concerning the age and traceability of energetic materials, ensuring compliance with international transportation regulations for hazardous materials. Critical processes such as explosive hazard classification, management of nonconforming materials, and quality assurance are also specified, along with the need for a thorough Configuration Management Plan. The contractor is tasked with submitting various reports, including Lot Acceptance Test Reports and Diminishing Manufacturing Sources Management documentation, to facilitate oversight by government authorities. Emphasizing safety, the document mandates adherence to specific Department of Defense regulations related to ammunition and explosives, ultimately ensuring product integrity and compliance throughout the supply chain. This document reflects a comprehensive approach to maintaining rigorous standards in defense-related procurement.
    This document outlines essential requirements for contractors involved in government projects concerning critical characteristics. It mandates that contractors create a Critical Characteristics Control (CCC) Plan to prevent nonconformance in critical processes, ensuring all procedures and process controls are documented and maintained. The plan must incorporate inspection systems aimed at achieving a zero-tolerance policy for critical nonconformance escapes, with specific calculated risk levels provided. If any critical nonconformance is detected, contractors are required to follow stringent protocols for identification, segregation, and investigation, along with notifying the government within one business day. The expectation is established for contractors to control and assess inspection systems, develop corrective actions, and submit reports to the government for any nonconformance incidents. Furthermore, alternatives through a Critical Plan of Action (CPOA) may be developed, requiring government approval before implementation. The overarching goal is to ensure the safety and reliability of products manufactured under government contracts by rigorously controlling critical characteristics at all stages of production and inspection.
    This document outlines standards and regulations for wooden packaging materials (WPM) in compliance with international phytosanitary measures to prevent the spread of invasive species like the pinewood nematode. It emphasizes that all WPM, including pallets, containers, and crates, must be produced from debarked wood and heat-treated to specific temperature and duration standards. Certification from an accredited agency recognized by the American Lumber Standards Committee is mandatory. The document also includes specific packing notices for munitions, highlighting requirements for overboxing, the need for maintaining packaging integrity, warranty of hazard classification, and compliance with marking standards as referenced in MIL-STD-129. Overall, this document serves as a guideline for ensuring secure and compliant packaging processes essential for government and defense logistics, aligning with federal requirements for safe transportation and international trade of goods.
    The document outlines the Contract Data Requirements List (CDRL) for contract FD2020-23-51115, detailing various mandatory data submissions related to ammunition specifications as required by the Air Force Life Cycle Management Center (AFLCMC/EBHGB). It includes several specific data items, each designated by an identifier (e.g., A001 for the Ammunition Data Card), along with descriptive titles, submission timelines, and distribution statements. Key requirements include submission of performance-oriented packaging test reports, engineering change proposals, and quality assurance program plans, emphasizing the importance of adhering to established formats and protocols. Each document submission necessitates annotations regarding lot numbers and national stock numbers through the Wide Area Workflow (WAWF) system, with specific timelines for Government approval or disapproval. The CDRL establishes rigorous monitoring and accountability, particularly regarding controlled technical information and export restrictions under the Arms Export Control Act. Furthermore, it stresses the necessity for secure document handling and destruction protocols to maintain confidentiality. Overall, the document serves as a comprehensive guide for contractors to ensure compliance with technical and procedural standards essential for successful government contracting in defense-related ammunition systems.
    The document outlines the justification for qualification requirements for the Rocket Assisted Take-Off (RATO) Rocket Motor, designated under Stock Number 1340-01-522-6689. It emphasizes the critical nature of the motor for the BQM-167A Aerial Target Drone, detailing the need for comprehensive qualification to ensure the part's reliability and interoperability. Factors such as interpreting engineering specifications, verifying structural integrity, and certification of compliance with military standards are highlighted as essential elements for prospective bidders to demonstrate prior to contract award. The document specifies various requirements for qualification, including certification of facilities, data verification, process documentation, and thorough testing and evaluation. An estimated cost of $5 million is associated with the necessary government-unique testing. It notes the timeline for qualification completion as approximately 180 to 360 days. Furthermore, it underscores that only qualified sources within the U.S. and Canada will be eligible for procurement, and previous experience may allow for potential waivers of some qualification requirements. The ultimate goal is ensuring that all suppliers meet strict standards to maintain aircraft mission capabilities and ensure safety, without guaranteeing contract awards based solely on meeting the qualifications.
    The document outlines the justification for qualification requirements for the RATO initiator, used in launching the BQM-167A aerial target drone. It emphasizes the critical nature of this part, specifying that improper manufacture could lead to functional failures impacting aircraft mission capabilities. Qualification must be established prior to contract award to ensure technical capability in accordance with stringent safety and performance standards. Potential bidders must submit a prequalification notice, demonstrate appropriate manufacturing capabilities, maintain a complete data package for production, and verify testing procedures. All information must be presented to government representatives for evaluation. A qualification process, anticipated to take between 180 and 360 days, lays out necessary provisions, including the potential cost for qualification testing estimated at $100,000. The document states that only suppliers from the U.S. and Canada will be considered to mitigate risks associated with the procurement process. Additionally, it allows for waivers for experienced bidders under certain conditions, although all critical qualification standards remain mandatory. Once qualified, bidders are listed as approved sources but are not guaranteed contract awards. This comprehensive approach ensures that only capable providers can deliver essential components critical to mission success.
    The Statement of Work outlines the guidelines for packaging, marking, and preservation for military materials as required by the Department of Defense (DoD). The contractor must follow several military standards and practices, including MIL-STD 2073-1 for military packaging, MIL-STD 129 for marking, and ASTM D3951 for commercial packaging, ensuring compliance with both DoD and international regulations. Special instructions must be documented for hazardous and classified materials following specific guidelines and certifications. For global distribution, adherence to ISPM 15 for wood packaging material is mandatory while all electrostatic sensitive materials must be clearly identified. The contractor is also responsible for ensuring the integrity of reusable shipping containers and must report discrepancies via the Web Supply Discrepancy Report system when packaging does not meet government requirements. The document emphasizes safety and compliance with rigorous standards to facilitate efficient military logistics and the transport of materials, ensuring that contracts align with best practices in the handling of hazardous and sensitive goods. This structured approach is indicative of the federal requirements that govern RFPs and grants, reflecting the need for meticulous supply chain management within government operations.
    The document presents a structured proposal for acquiring RATO Rocket Motors (NSN: 1340-20-010-2373) and a First Article Initiator (NSN: 1340-01-658-7829) over five distinct annual ordering periods. Each period consists of specified quantities ranging from 51 to 350 units, with all orders categorized as Firm Fixed Price (FFP). The first ordering period is set to start on July 30, 2025, and will last for one year, with subsequent periods commencing immediately thereafter for the same duration. Additionally, the document contains a pricing table for specific items (CLIN 1002 and 1003), detailing quantities and expected unit prices. This proposal aims to ensure a reliable supply of these rocket motors supporting government contracts, underscoring the importance of consistent inventory management and pricing stability in federal procurement processes.
    The USAF Statement of Work outlines the preparation and submission of Ammunition Data Cards (ADCs) following MIL-STD-1168 standards using the Worldwide Ammunition-data Repository Program (WARP). ADCs must include detailed information about energetic materials, including manufacturer part numbers, lot numbers, and manufacturing dates, ensuring traceability to original manufacturing data. A sample ADC must be created and approved before actual production submissions, which are directed to the appropriate government agency, typically the Defense Contract Management Agency (DCMA), for validation. Accessible by government or contractor personnel, the WARP system requires a Common Access Card (CAC) or a DoD-approved digital certificate for security. Additionally, producers must notify the system administrators of new contracts within 30 days to maintain updated records, ensuring compliance with technical and formatting requirements. This structured process emphasizes accuracy, traceability, and accountability in the management of ammunition data, supporting efficient government contracting operations in defense logistics.
    The government solicitation invites proposals from manufacturers for Rocket Assist Take Off (RATO) motors and initiators. The selected contract will be a firm-fixed-price, five-year Indefinite-Delivery-Indefinite-Quantity (IDIQ) agreement. The evaluation process will adhere to a Lowest Price Technically Acceptable (LPTA) approach. Proposals must be complete and conform to specific formatting and content guidelines, with a clear and substantiated response to all requirements. The submission includes four volumes: Price, Technical Capability, Contract Documentation, and Small Business Sub-Contracting Plan. Pricing must be reasonable and supported by adequate data. The technical volume should outline the proposed methodology for fulfilling the contract's requirements. Additionally, all required contractual information and certifications must be included in the contract documentation volume. Proposals must be electronically submitted, following detailed organization and formatting requirements, including specific page limits and indexing criteria. Offerors are reminded that any deviations from instructions can lead to non-responsiveness, which may disqualify them from consideration. Clear communication with the Contracting Officer is emphasized for clarification and debriefing requests post-selection.
    The government file outlines the evaluation factors for awarding a contract for RATO motors and initiators, employing a Lowest Price Technically Acceptable (LPTA) selection process. The primary basis for award focuses on selecting the acceptable offeror with the lowest price that meets all technical and solicitation requirements. The evaluation criteria comprise two main factors: price and technical proposal acceptability, which will be rated as either "acceptable" or "unacceptable." The price evaluation includes completeness, price reasonableness, and balance in pricing submissions, with all offers ranked by Total Evaluated Price (TEP). The technical proposal must demonstrate the offeror's capability, adequate resources, and a solid manufacturing plan to meet production demands. Additional considerations include the government's right to not award contracts if deemed not in its best interest and the intention to award without discussions, though discussions may occur if beneficial. A pre-award quality survey will assess contractor capabilities, particularly in handling ammunition and explosives. This document serves as a comprehensive guide for prospective bidders, detailing the requirements and evaluation processes essential for contract awards in a federal government RFP context.
    This document outlines the requirements for contractors related to the preparation of Energetic Material Description Sheets and Propellant Loading Authorization Sheets, as specified in MIL-STD-1171B. Contractors are mandated to follow the guidelines in the Contract Data Requirements List (CDRL) and must use the Worldwide Ammunition-data Repository Program (WARP) for data storage. Access to WARP is facilitated through the Munitions History Program network. The obligations extend to the contractors’ suppliers and subcontractors, emphasizing a flow-down requirement. Contractors must enter data sheets into the appropriate WARP modules, and typed signatures hold the same legal weight as handwritten ones, certifying the accuracy of the information submitted. This document serves to ensure compliance and data integrity regarding energetic materials within the context of government contracting and RFP processes.
    The document outlines the data requirements for the REPSHIP (Report of Shipment) process related to the shipment of hazardous materials (HAZMAT) and inert component parts within the Continental United States (CONUS) and internationally. It specifies necessary information for each shipment, targeting both shipping activities and domestic customers involved in transshipments. Key data points include shipment and estimated arrival dates in Julian format, carrier details, bill of lading numbers, security risk categories, total net explosive weight, and hazard classifications, among others. The document emphasizes that when multiple shipment units are involved, each must be reported separately. It provides detailed instructions on required and optional data fields, including codes used for logistic purposes in military contexts. The information is crucial for ensuring safe and compliant transportation of hazardous materials by detailing the required documentation for each shipment. Overall, this directive emphasizes the importance of thorough reporting and adherence to specific standards for the management of hazardous materials, reflecting the federal government's commitment to safety and regulatory compliance in transportation logistics.
    The document outlines guidelines for the rework and repair of nonconforming materials in a federal contracting context. Rework involves refining materials to fully meet contract specifications, while repair allows for functional usability without complete conformity. Contractors must document their rework and repair procedures, submitting them for government review. This includes a description of the nonconformances and preventive measures to avoid recurrence. The reworked or repaired items must undergo reinspection, superseding prior technical specifications, ensuring compliance with regulatory requirements. Furthermore, these procedures are mandatory for all involved parties in the supply chain, including subcontractors and suppliers. This document emphasizes quality control measures and adherence to compliance in material handling, critical for maintaining standards in federal acquisitions.
    The document contains a reserved section related to federal government RFPs, federal grants, and state and local RFPs. It appears to address the procurement process used by government entities to solicit proposals from vendors for services and projects. Key points likely pertain to eligibility criteria, procedural guidelines, and timelines for submission. There is an emphasis on compliance with various regulations and standards expected from bidders. The purpose is to enhance transparency, foster competition, and ensure that public funds are used efficiently while maintaining accountability in governmental transactions. Further details would typically outline specific areas of need, funding availability, evaluation criteria, and reporting requirements for successful applicants. Overall, this summarized document represents a structured approach to government contracting and funding opportunities, aimed at stimulating participation from qualified organizations.
    The document focuses on federal government Requests for Proposals (RFPs), federal grants, and state and local RFPs, outlining their essential structure and objectives. It describes the purpose of RFPs in facilitating government procurement processes by inviting organizations to submit proposals for specific projects or services. Key components of these RFPs include eligibility requirements, budgeting considerations, performance metrics, and submission timelines. The document emphasizes the importance of transparency and competitiveness in awarding contracts to ensure optimal use of public funds. Additionally, it discusses the significance of aligning proposals with government priorities and regulations, stressing compliance with federal and state guidelines. Overall, the file serves as a resource for stakeholders interested in understanding the procedural landscape for engaging in government contracting and funding opportunities.
    The document outlines the requirements for the First Article Test of contractors supplying RLU-2/B Rocket Motors and initiators. It states that this test must reflect the production processes and materials to be used in actual contract production, with all components created using the provided technical data package. The contractor must conduct thorough inspections and tests, providing exceptions for certain pre-certified tests and specifications. Destructive inspections must utilize additional sample parts from the same batches. A comprehensive First Article Test Report documenting all testing results, including supplier certifications, is required and must be submitted to the appropriate government officials. Additionally, a new first article may be requested following significant changes in production circumstances, with costs borne by the contractor. Overall, the document emphasizes quality assurance in the defense procurement process, ensuring that products meet exacting standards prior to full-scale production.
    The document outlines the requirements for Acceptance Inspection Equipment (AIE) and its integration into government contracts, specifically for the Air Force. It defines key terms such as Acceptance Inspection Equipment (AIE), Automated Acceptance Inspection Equipment (AAIE), and Nondestructive Testing (NDT). It also establishes detailed guidelines for contractors regarding the design, utilization, maintenance, and documentation of AIE to ensure compliance with contract specifications. Key requirements include the contractor's responsibility to provide AIE, ensure its proper calibration, and submit designs for government approval. AIE must meet specified reliability standards, undergo Measurement System Analysis (MSA), and pass government-approved acceptance testing. Furthermore, the document emphasizes the importance of clear communication, including submitting documentation in English and adhering to specified units of measurement. Overall, this guidance is essential for maintaining product conformity within defense contracts, ensuring that all inspection systems function effectively while mitigating risks associated with faulty inspections.
    The document outlines a government solicitation for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract regarding RATO rocket motors and initiators. It specifies that only qualified and flight-certified contractors can submit proposals, underscoring the stringent requirements to ensure contract compliance and performance. The contract is contingent upon the availability of appropriated funds, and the government is not obligated for costs incurred until funds are confirmed. It includes five ordering periods, each lasting one year, with a minimum order quantity and an estimated maximum value of $48 million. Key deliverables include first article test plans, contractor and government tested rocket motors, and thorough inspection and quality assurance measures, all adhering to applicable regulations. Each submission must have pricing valid for 150 calendar days from the solicitation due date. Additionally, an array of contract clauses and provisions, including those related to safety, quality assurance, and electronic invoicing, further governs the execution of this contract. Compliance with mandatory reporting and regulatory obligations, such as the Buy American Act, is also required, reflecting the government's commitment to accountability and quality in defense-related contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Augmentor Nozzle, a critical safety item for military aircraft. The procurement aims to acquire 373 units from approved sources, specifically RTX Corporation and Soldream, Inc., with delivery expected by June 30, 2025. This contract action is essential for maintaining the operational readiness of military aircraft, and while the solicitation is not set aside for small businesses, they are encouraged to pursue subcontracting opportunities. Interested parties should note that the estimated issuance of the Request for Proposal (RFP) SPRTA1-25-R-0186 is on February 7, 2025, with a closing date of March 10, 2025. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    13 - MD99 Divergence Rocket Motor
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of the MD99 Divergence Rocket Motor. This procurement is restricted to Rockwell Collins and Nammo Defense, and it involves items classified as explosives, necessitating a Safety Survey and adherence to specific explosive weight and class requirements. The opportunity is critical for defense operations, as it pertains to the manufacturing of cartridge and propellant actuated devices and components. Interested parties can reach out to Ashley Leonard via email at ashley.leonard@navy.mil or by facsimile at 717-605-2807 for further details, noting that a limited drawing package is available but not on CD, and paper copies will not be provided.
    FD2020-22-50071
    Buyer not available
    Special Notice: DEPT OF DEFENSE is procuring Rocket Motor. Rocket motors are typically used to provide propulsion for rockets and missiles. They are essential components in the aerospace industry, enabling the launch and flight of various types of vehicles. The procurement includes four EDLs (Engineering Data Lists) with a total of 226 images and 7 lines. The specific rocket motor part numbers are 1377-01-327-7872ES, 1377-01-517-5493ES, 1377-01-327-7873ES, and 1377-01-517-5499ES. This procurement is crucial for the DEPT OF DEFENSE to ensure the availability and functionality of rocket motors for their operations.
    F-16 Canopy-Jettisoned Rocket Motors (CJRMs) - FMS requirements for CAD/PAD
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit qualified vendors for the procurement of Canopy-Jettisoned Rocket Motors (CJRMs) as part of its Foreign Military Sales (FMS) requirements. This contract, which is not set aside for small businesses, will only be awarded to established vendors, namely Rockwell Collins, Inc. and Nammo Defense Systems, Inc., emphasizing the critical nature of these defense-related components. The anticipated award date is around September 2024, with the solicitation expected to be published by July 2024, and interested subcontractors are encouraged to reach out to the main vendors for potential opportunities. For further inquiries, interested parties may contact Shasta Selwood at shasta.selwood@us.af.mil or by phone at 801-586-1786.
    F-100 Nozzle Augmenter Ex
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of 734 F-100 Nozzle Augmenter Ex units, which are critical safety components for military aircraft. The procurement requires adherence to specific specifications and includes first article and qualification assessments, with delivery timelines ranging from March 31, 2025, to June 30, 2026. This solicitation is significant due to the military application of the technology, and it is not set aside for small businesses, with restrictions on foreign participation. Interested vendors should submit proposals by the closing date of March 12, 2025, and may contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.
    BBU-48A/B Impulse Cartridge
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the production of BBU-48A/B impulse cartridges, identified by NSN 1377-01-640-7205. This procurement is critical for supporting RR-180 and RR-196 Chaff applications on various aircraft, emphasizing the importance of stringent qualification requirements to ensure safety and reliability in military operations. Interested contractors must submit a qualification package to be considered, as proposals from non-qualified sources will not be accepted, and the deadline for submissions has been extended to February 24, 2025. For further inquiries, potential bidders can contact David "Nick" Padgett at david.padgett@us.af.mil or Ellis Swenson at ellis.swenson@us.af.mil.
    5995-016592956; 2BF BOMB EJECTOR RACKS ARMANMENT DIVISION; FMF AIRCRAFT, B-2 BOMBER (ATB)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 2BF Bomb Ejector Racks for the B-2 Bomber under a Small Business Set-Aside solicitation. This opportunity involves establishing an Indefinite Quantity Contract (IQC) for the supply of cable assemblies, classified as a critical item with export control requirements, necessitating compliance with specific certification protocols. The contract will have a five-year base period, with an estimated annual demand of 74 units and a required delivery timeframe of 185 days without First Article Testing. Interested vendors should contact LaDonna Groven at LaDonna.Groven@dla.mil or call 804-279-2370, with the solicitation expected to be released on January 15, 2025, via the DIBBS system.
    J-85 Spraybar, Pilot Afte
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of 1,668 units of a J-85 spraybar, critical for aircraft engine manufacturing. This firm-fixed price contract allows for a minimum order of 417 units and a maximum of 2,502 units, emphasizing compliance with quality assurance standards and electronic invoicing via Wide Area Workflow (WAWF). The procurement is vital for maintaining the safety and efficiency of military operations, with a delivery deadline set for June 30, 2025. Interested contractors must submit their proposals by February 18, 2025, and can contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.
    B-2 Cylinder Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    Gas Turbine Engine
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the supply of gas turbine engine components, specifically targeting the F-16 military aircraft. This procurement aims to secure critical engine components from qualified sources, with a focus on compliance with federal acquisition regulations, including the Buy American Act and various quality assurance standards. The contract is structured as a firm-fixed-price agreement, with delivery requirements set for May 19, 2026, and an extended proposal submission deadline of April 1, 2025, as per the recent amendment to the solicitation. Interested contractors should direct inquiries to Scottina Malia at scottina.malia@us.af.mil for further details.