Drogue Severance Assembly
ID: FA8213-25-R-3002Type: 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 procurement of Drogue Severance Assemblies, critical components used in aircraft egress systems to ensure aircrew safety during emergencies. The contract, identified by solicitation number FA8213-25-R-3002, requires qualified vendors to provide these assemblies, with a focus on compliance with stringent technical specifications and delivery timelines, emphasizing a delivery period of 18 months. The procurement is vital for maintaining operational readiness across various military platforms, including the F-16 and F-22 aircraft. Interested contractors should submit their proposals electronically, adhering to the outlined formatting and content guidelines, and may contact Abbigail Clawson or Cole Sposato for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the ammunition specification for a federal contract, detailing the responsibilities of contractors in the shipment and testing of ammunition. Key requirements include the submission of advanced reports for shipments, adherence to safety precautions outlined in federal regulations, filling out ammunition data cards, and passing leak checks. Contractors must ensure compliance with material age limits, traceability, and provide various reports, including Lot Acceptance Test Plans and Obsolescence Alerts. The document emphasizes the necessity of notifying appropriate authorities about any test failures and the management of diminishing manufacturing sources. With a focus on safety and compliance, this specification serves to guide contractors in the production and delivery of munitions under federal contracts, ensuring all materials meet stringent quality and safety standards.
    The Statement of Work outlines the preservation, packaging, and marking requirements for military items as per federal contracting standards. Offerors must comply with numerous military and international standards including MIL-STD 2073-1 for military packaging and MIL-STD 129 for marking shipments. The document specifies procedures for handling hazardous materials, emphasizing compliance with regulations such as ICAO, CFR Title 49, and IMDG code. It also details the requirements for reusable containers, the Safety Data Sheets pursuant to FED-STD-313, and the Special Packaging Instructions Retrieval & Exchange System (SPIRES) for accessing packaging requirements. Additionally, the offeror is directed to prepare and submit reporting discrepancies through the Web Supply Discrepancy Report (WebSDR) system if packaging errors occur. The document aims to ensure the proper packaging, labeling, and handling of military materials to maintain safety, compliance, and efficiency in supply management, reflecting the government's commitment to rigorous standards in logistics and transportation. Overall, this Statement of Work serves as a comprehensive guideline for contractors involved in military logistics to meet specified standards and ensure the safe handling of materials.
    This document outlines the instructions and conditions for submitting proposals in response to a government acquisition solicitation. It emphasizes that only qualified sources may submit proposals, requiring a qualification package from new sources. The Contracting Officer will assess price competition, and if adequate, may waive the need for additional pricing data. Offerors must adhere to specific proposal formatting and content guidelines, including clarity, a project schedule with a Work Breakdown Structure, and milestone definitions. Proposals must be submitted electronically in compatible formats. The evaluation criteria focus on technical qualifications, project scheduling, and pricing. Offerors are required to provide verifiable documentation, including certifications and a complete pricing schedule. Any exceptions to terms must be clearly stated with rationale. The document highlights the importance of compliance with all solicitation requirements and the potential for immediate contract awards based on initial proposals, underscoring the competitive nature of the bidding process within the context of federal and state procurement.
    The document outlines munitions packaging requirements controlled by the U.S. Department of Defense through GULAA-HILL Air Force Base. It specifies that items packed in Level B packaging must be overboxed in Level A containers for secure shipment, particularly in challenging conditions such as warfare or mobilization. The document emphasizes the necessity of proper hazard classifications for munitions, stating that shipments must include hazard classification letters. Additionally, it addresses international standards regarding wood packaging material, highlighting regulations aimed at preventing invasive species such as the pinewood nematode. It mandates that all wooden materials used in packaging must be debarked and heat-treated to specific temperatures, with certification required from recognized agencies. The document serves as a guide for ensuring compliance with packing and shipping standards for munitions, while also outlining environmental and safety protocols related to packaging materials. These instructions are crucial for safeguarding against damage during transport and for adhering to international trade regulations concerning wood packaging materials.
    This document outlines the evaluation factors and methodology for awarding a federal contract through a best value source selection, adhering to Federal Acquisition Regulation (FAR) requirements. The government intends to select one contractor based on an assessment of technical proficiency and cost, emphasizing the importance of initial offers containing the best prices due to the possibility of no awards being made. Proposals will be evaluated on technical qualifications, scheduling, and cost, with technical factors weighted more heavily than price. Technical evaluations comprise two subfactors: the vendor's qualification (acceptable/unacceptable) and schedule understanding, assessed for clarity and realism. Cost proposals will be evaluated for reasonableness, with the total evaluated price (TEP) influencing the final award decision. Technical risks are also assessed, with proposals rated on their potential to disrupt schedules or degrade performance, impacting overall eligibility for contract award. The document underscores the necessity for qualified offerors to provide competitive and feasible proposals, reflecting the government's intent to manage resources effectively while ensuring quality results.
    The document, unfortunately, consists of unreadable and corrupted content, making it impossible to extract specific topics, ideas, or details. As such, no coherent summary can be created due to the lack of legible information. An analysis of its intended purpose regarding federal RFPs, grants, or state/local funding cannot be performed given the absence of clear text. Without decipherable information, no accurate or meaningful summary can be provided. Additional context or a clean version of the document is necessary for an effective analysis and summary.
    The Statement of Objectives (SOO) outlines the Government's intent to procure aircraft egress system components, specifically Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD), which are critical for ensuring the safety of aircrew during emergencies. The document emphasizes the importance of timely delivery and procurement of these safety items to maintain operational readiness. For potential contractors, the SOO specifies the requirements for proposals, which must demonstrate a comprehensive understanding of technical specifications and the ability to meet delivery schedules. Offerors are expected to outline their technical approach, manage risks, provide a detailed work breakdown structure (WBS), and deliver regular monthly updates regarding project progress. Furthermore, presenting information in suitable formats is encouraged for clarity. Overall, this SOO serves as a guiding framework for the procurement process, ensuring that safety and efficiency are prioritized in the acquisition of vital aircraft egress components.
    The Department of the Air Force, specifically the 448 Supply Chain Management Wing, issued a memorandum outlining changes to the handling of data packages associated with Purchase Requests (PR) at Hill Air Force Base. As of December 6, 2024, the Engineering Data Services Center will no longer include physical copies of data packages with PR files, aiming to streamline costs and enhance efficiency. Instead, bid sets and a master PR data package will be managed separately, with updates accessible online through a designated web portal. Stakeholders can register and request data via provided contact details for immediate assistance. This shift reflects an initiative to modernize acquisition processes within government contracting, ensuring that relevant parties can easily access necessary documentation while minimizing the physical handling of materials.
    This document, a Justification for Qualification Requirements (FAR 9.202(a) and DoD 4120.24M), details the stringent pre-contract award qualification necessary for manufacturers of ACES II Drogue Severance Assemblies (NSN: 1377-01-083-8459ES, 1377-01-234-0706ES; P/N: 811318-6, 6012100-04). Due to the item's critical function on aircraft (F-16, F-15, F-22, A-10, B-1B, B-2, WB57), improper manufacturing could lead to functional degradation, mission capability loss, or catastrophic aircraft/crew loss. Qualification ensures technical capability, requiring offerors to notify intent, certify facilities, provide data and process verification, undergo testing and evaluation, and submit a qualification article—all at their expense. The process, estimated at 360 days, includes government inspection rights and a strict pre-award completion deadline. Waivers may be granted for experienced offerors, but only approved US and Canadian sources are considered. Approval does not guarantee contract award.
    The document outlines the justification for qualification requirements concerning the ACES II Drogue Severance Assembly, primarily used in various military aircraft, such as the F-16 and B-2. It emphasizes the critical function of this assembly and the consequences of manufacturing defects, which could lead to serious operational failures. Prospective bidders must demonstrate technical capability and pass stringent qualification processes before contract awards. This includes notifying relevant authorities, certifying manufacturing facilities, providing test reports, and developing special test procedures. The process may take approximately 360 days, and while waivers for previous experience may be requested, full qualifications are necessary for eligibility. Approved suppliers are listed, but approval does not guarantee future contracts. Overall, the document underscores the importance of stringent manufacturing standards for ensuring the safety and functionality of military components.
    The document, "ATTACHMENT 2 USAF & USN CAD/PAD STATEMENT OF WORK - AMMUNITION DATA CARDS," outlines the requirements for preparing and managing Ammunition Data Cards (ADCs) in accordance with MIL-STD-1168 and the Worldwide Ammunition-data Repository Program (WARP). It details the procedures for assigning lot numbers to energetic materials, ensuring traceability of all components (energetic and hardware) through manufacturer documentation such as Certificates of Conformance. The document specifies that both original manufacturer and contractor part numbers, lot numbers, and dates of manufacture must be recorded for traceability. It also provides guidelines for materials older than specified ages, requiring recertification or a Request for Variance. The process for submitting sample and production lot ADCs through WARP, including government review and approval via iRAPT, is described. The document also provides detailed access procedures for the MHP-WARP system for both government and contractor personnel, emphasizing the need for DoD-approved digital certificates for non-CAC users. It highlights features like the online user's manual, template option for ADC input, and automated email notifications for process participants. Finally, it outlines the procedure for producers to notify System Administrators of new contracts and obtain Manufacturer's identification symbols.
    The document outlines the Statement of Work for the Ammunition Data Cards (ADC) for the U.S. Air Force and Navy, emphasizing adherence to specific military standards, particularly MIL-STD-1168 and MIL-STD-962. It details the preparation, traceability, and documentation requirements for energetic materials, including pyrotechnics and explosives, necessitating that manufacturers provide detailed identification of components and evidence of their origins through various forms of documentation like Certificates of Conformance and Certificates of Analysis. The ADC must ensure compliance prior to product shipment, and any variances or issues must be communicated before contract finalization. The document also details user access procedures for the WARP system, where ADC submissions are reviewed and approved by the government, along with necessary email notifications for actions required during the ADC process. This comprehensive approach aims to ensure rigorous quality control and traceability in the production and handling of defense-related materials, highlighting the importance of maintaining strict standards in military procurement processes.
    The provided government document appears to consist of unintelligible text with significant corruption, making it impossible to extract meaningful content. Typically, such documents would cover federal and state RFPs (Requests for Proposals) and grants, detailing funding opportunities and specifications for projects aimed at public service improvement. A well-structured document would include sections on eligibility criteria, proposal instructions, procurement processes, and deadlines. In the context of government initiatives, these RFPs serve as a fundamental mechanism for engaging businesses and organizations to fulfill specific needs, ultimately enhancing community services, infrastructure, and development. However, due to the current state of textual corruption, no substantive ideas or key points can be summarized or analyzed from the document provided.
    The document outlines the REPSHIP data requirements for shipments of hazardous materials (HAZMAT) and inert component parts within the Continental United States (CONUS) and overseas. It provides specific guidelines for the information that must be reported for each shipment, including the shipment date, estimated arrival, delivery dates, carrier details, bill of lading number, security risk category, total net explosive weight, and hazard classifications. Additional notes clarify that for multiple shipment units, the data elements should be repeated accordingly, and there are provisions regarding the submission of lot numbers and specific codes used for ammunition logistics. The intent of these requirements is to ensure compliance with transportation regulations and enhance security during the shipment of potentially dangerous materials. Overall, the document serves to standardize reporting procedures across various military and logistical operations related to HAZMAT shipments, reflecting the government's focus on safety and efficiency in transport logistics.
    The "CAD/PAD Item Marking Instruction, V 1.6" outlines the marking requirements for Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD). Its purpose is to ensure compliance with DoD policies mandating the use of Unique Item Identifiers (UID) on CAD/PAD items, aimed at enhancing accuracy in aircraft maintenance data systems. The document specifies both Human Readable Information (HRI) and Machine Readable Information (MRI) requirements and provides guidelines for marking formats, emphasizing Data Matrix ECC 200 as the standard. Key details include mandatory data elements such as item nomenclature, manufacturer’s CAGE code, item lot number, serial number, and optional markings. It also covers UID placement on various CAD/PAD components, the marking of items delivered in kit formats, and instructions for the F-35 components, including electronic logging requirements. Notably, waivers to the UID marking policy are not permitted, although requests regarding marking methods may be submitted. This instruction is vital for suppliers and manufacturers in managing standardized identification processes, which supports effective tracking and maintenance of military equipment.
    The document outlines the Contract Data Requirements List for several data items related to the Airmunitions Specification under contract FD2020-25-50030 & 25-50031, requiring submissions from contractors to the Air Force Lifecycle Management Center (AFLCMC). Key data items include the Ammunition Data Card (ADC), Engineering Change Proposal (ECP), Notice of Revision (NOR), Request for Variance (RFV), Lot Acceptance Test Plan, Test/Inspection Report, Failure Summary & Analysis Report, Obsolescence Alert Notice, and Diminishing Manufacturing Sources and Material Shortages (DMSMS) Health Assessment Report. Each item has distinctive requirements, including submission formats, timelines for approval, and distribution statements. The documents are crucial for monitoring the production quality of munitions and ensuring compliance with export controls and engineering standards. The overarching goal is to facilitate effective communication and compliance between the government and contractors, ensuring that all technical data submissions meet established standards and deadlines to support defense operations.
    The AFMC FORM 158 outlines comprehensive packaging and marking requirements for government contracts, emphasizing compliance with military and international standards. It details instructions for contracting officers, mandating completion of Block 1 with further definitions in Blocks 2, 3, or 4 for specific item identification. Key standards include MIL-STD-2073-1 for military preservation and packing, and ASTM D3951 for commercial packing. All container markings must adhere to MIL-STD-129. A critical component is the adherence to International Standards for Phytosanitary Measures No. 15 (ISPM No. 15) for all wooden packaging materials, requiring debarked, heat-treated wood and certification from ALSC-recognized agencies to prevent the spread of invasive species. The form also provides specific guidelines for engineered or specialized containers, packaging of hazardous materials following various federal and international regulations (e.g., CFR Title 49, AFMAN 24-604), and packaging data submission per DD Forms 2326 and 2169.
    The document outlines packaging and marking requirements for items under government contracts, specifically for military supplies. It emphasizes the necessity of adhering to various standards, such as MIL-STD-2073-1 for military preservation and packing, and ASTM D3951 for commercial products. Each item must be clearly identified through an "Item ID," and specific instructions for packaging of hazardous materials are provided, referencing FAR clauses and other regulations. Particularly notable is the requirement for wooden materials to comply with International Standards for Phytosanitary Measures No. 15 to prevent the spread of invasive species, mandating the use of debarked and heat-treated wood. The document stresses the importance of using existing containers where possible and various acceptable alternatives, focusing on life-cycle costs and operational requirements for new designs. In summary, the document establishes clear guidelines for the packaging and marking of government materials, ensuring compliance with both safety and regulatory standards, particularly relevant in the context of military logistics and environmental considerations.
    This document is an amendment to solicitation FA8213-25-R-3002, issued by the Department of the Air Force. The amendment primarily adds new attachments including Section L, Section M, and a Statement of Objectives, and incorporates clause 52.211-9. It details the procurement of "DROGUE SEVERANCE ASSEMBLY" (NSN 1377-01-083-8459 ES and 1377-01-234-0706 ES) for various international military sales (FMS) cases and for the USAF and NAVY. Key manufacturers are Chemring Energetic Devices and Pacific Scientific Energetic Materials Company. The solicitation emphasizes routine priority, required delivery within 18 months, and mandates that contractors be approved sources with a qualification package for new sources. It also outlines procedures for "Ship in Place" (SIP) for FMS items, allowing temporary storage and outlining reporting requirements for government property. Financial data indicates zero-dollar amounts for accounting and appropriation chargeable to various ACRNs, signifying that costs will be applied later. The document also lists several applicable clauses related to small business concerns, Buy American Act, and limitations on cyber incident information, along with a comprehensive list of attachments including technical specifications and marking instructions.
    The document outlines a Request for Proposal (RFP) from the U.S. Department of the Air Force for the provision of explosives manufacturing, particularly focusing on the Drogue Severance Assembly, a life support ballistic device. It specifies the solicitation number (FA8213-25-R-3002) and indicates it is an unrestricted acquisition, applicable to various small business categories. The RFP requires a qualification package for new sources to be considered for award, emphasizing the need for compliance with specified quality assurance standards, particularly ISO 9001-2015. The document details the required quantities and the firm fixed price for items, such as 700 units for the U.S. Air Force and specific amounts for international sales to various nations, with a delivery timeframe of 18 months. It also sets forth conditions for inspections, acceptance procedures, and government quality assurance measures, stressing the contractor's responsibilities for maintaining quality standards and reporting requirements. Overall, the document serves as a formal solicitation for procurement, ensuring compliance with contracting regulations while facilitating the acquisition of critical defense components.
    The document is an amendment to a federal solicitation for the procurement of drogue severance assemblies by the Department of the Air Force under contract FA8213-25-R-3002. It includes modifications to the solicitation, updates in terms and conditions, and essential clauses such as those related to funding availability and source qualification for contractors. The amendment extends the offer submission deadline, introduces additional attachments like sections L and M, and outlines that expedited and partial deliveries are permitted at no extra cost. The assembly specifications detail the materials, quantities, and delivery requirements, emphasizing compliance with quality assurance standards and rigorous inspection protocols. Notably, this procurement also involves foreign military sales to various nations, underscoring the international scope of the solicitation. The document conveys vital information about delivery expectations, contractor responsibilities, and compliance with both U.S. standards and foreign military requirements, aligning with federal regulations on solicitations and awards.
    The document outlines the evaluation factors and methodology for federal government contract awards, specifically for RFPs, grants, and state/local RFPs. The selection process emphasizes a “best value” approach, integrating technical merit, technical risk, and cost/price. A single contractor is typically chosen, with the government reserving the right to award no contract. Proposals are evaluated on two main factors: Technical (with subfactors for 'Qualified Vendor' and 'Schedule') and Cost/Price. The 'Qualified Vendor' subfactor is rated as acceptable or unacceptable, while the 'Schedule' subfactor uses a color/adjectival rating system (Outstanding, Good, Acceptable, Marginal, Unacceptable). Technical risk is assessed based on potential disruptions to schedule, costs, or performance. Cost/price proposals are evaluated for reasonableness and Total Evaluated Price (TEP). Technical factors, when combined, are significantly more important than cost or price.
    Lifecycle
    Title
    Type
    Drogue Severance Assembly
    Currently viewing
    Presolicitation
    Similar Opportunities
    F-15 SMDC Initiators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    RECEPTACLE ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of a Receptacle Assembly, identified by NSN 1680-01-057-3391. This assembly, primarily used for in-flight refueling on F-16 aircraft, is required in a total quantity of six units, with a minimum delivery of two and a maximum of nine units, to be delivered by November 19, 2027. The solicitation is set to be issued on December 8, 2025, with a closing date of January 8, 2026, and interested parties are encouraged to submit capability statements or proposals to the primary contact, Yasmine Galbiso, at yasmine.galbiso@us.af.mil. The procurement is subject to qualification and export control requirements, and the government will consider all proposals received within 45 days of the notice.
    LAU PAGS FIELD REPA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    15--SEAL ASSEMBLY,FAIRI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of six units of the SEAL ASSEMBLY, FAIRI, under solicitation number NSN 1560008465591. This procurement is a total small business set-aside and aims to supply critical aerospace components necessary for various defense applications. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 179 days after the order date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    ACTUATOR, ELECTRO-MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of electro-mechanical actuators specifically designed for F-16 A/B canopies. This Request for Proposal (RFP), identified as SPRTA1-26-R-0033, seeks to acquire between 4 to 24 units of new manufactured material under firm-fixed-price terms, with a delivery deadline set for February 11, 2027. The procurement is critical for maintaining operational readiness of the F-16 aircraft, emphasizing compliance with federal acquisition regulations, including cybersecurity standards and restrictions on foreign purchases. Interested vendors must submit their proposals by December 8, 2025, at 3:00 PM, and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    FD2030-24-01396
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for an oxygen system, eject, identified by NSN 1660-01-534-4498BO. This opportunity involves the acquisition of parts related to aircraft air conditioning, heating, and pressurizing equipment, with a focus on the specific drawing number 1659879-1 and an EDL revision dated October 5, 2021. The goods are critical for maintaining operational safety and efficiency in military aircraft. Interested vendors should refer to the solicitation information for further details and await the approval of the contracting officer for quote submissions.
    Link Assembly Aircraft /CTN (WSDC) V-22 Peculiar Support Equipment (PSE); PR: 7005901843; NSN: 4920-015016762
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Link Assembly Aircraft /CTN (WSDC) V-22 Peculiar Support Equipment (PSE), specifically identified by NSN 4920-015016762, with a requirement for 25 units. This equipment is critical for aircraft maintenance and repair operations, ensuring the operational readiness of the V-22 aircraft. The solicitation is set aside for small businesses, with a delivery schedule of 263 days after receipt of order, and the anticipated contract award decision will consider price, past performance, and other evaluation factors. Interested parties should prepare to submit their proposals by January 15, 2026, and may contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.
    16--RELEASE,CANOPY,PARA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 53 units of the NSN 1670006759008, specifically the RELEASE, CANOPY, PARA. This procurement is set aside for small businesses and aims to secure essential aerospace craft components and accessories, which are critical for various military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and the deadline for delivery is set for 600 days after the award. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of F-100 Augmentor Nozzle SEs, with a total quantity of 401 units required by November 7, 2026. This acquisition involves critical safety items that necessitate first articles and qualification, and it is subject to export control regulations. The government intends to negotiate with a limited number of approved sources, including Paradigm Manchester, Inc., Beacon Industries, Inc., RTX Corporation, and Soldream, Inc., under FAR 6.302 due to the limited availability of responsible sources. Interested parties may submit capability statements within 45 days of the presolicitation notice, and for further inquiries, they can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    REPAIR TUBE ASSEMBLY / 26F, F-16 FIGHTING FALCON AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide repair tube assemblies for the F-16 Fighting Falcon aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 40 units, and requires compliance with specific manufacturing standards and first article testing. The items are critical components for maintaining the operational readiness of military aircraft, emphasizing the importance of quality and reliability in defense logistics. Interested vendors must register on DLA ProcureX to participate in the reverse auction process, and the solicitation is expected to be issued on or about November 18, 2025; for further inquiries, contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113.