UWARS Battery Kits
ID: FA8213-25-R-3010Type: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Universal Water Activation Release System (UWARS) Battery Kits under solicitation FA8213-25-R-3010. The procurement seeks lithium coin batteries that meet specific voltage and impedance requirements to power the UWARS, which is critical for aircraft egress systems. This acquisition is unrestricted and includes provisions for Foreign Military Sales (FMS) to various allied nations, emphasizing the importance of compliance with quality standards and detailed reporting requirements. Interested vendors should reach out to Lauren Johnston at lauren.johnston.4@us.af.mil or Shasta Selwood at shasta.selwood@us.af.mil for further information and to ensure their proposals meet the outlined specifications and deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for preparing Ammunition Data Cards (ADCs) for the USAF & USN CAD/PAD program, emphasizing compliance with MIL-STD-1168 and the Worldwide Ammunition-data Repository Program (WARP). Key requirements include meticulous traceability for energetic materials and hardware components, documented by original manufacturer information or qualified distributor documentation. Energetic materials must be listed with common names, part numbers, lot numbers, and manufacture dates, ensuring traceability through certificates of conformance or similar records. The document details procedures for contractors to submit sample ADCs for government approval, followed by final versions for each production lot via iRAPT before shipment. It also provides comprehensive instructions for accessing the MHP-WARP system for both government and contractor personnel, including those without CAC/AKO accounts. The process involves digital certificates, online user manuals, and email notifications for submission and approval. Contractors are responsible for obtaining digital certificates and notifying system administrators of new contracts and personnel for ADC input.
    The AIRMUNITION SPECIFICATION document outlines critical requirements for contractors providing ammunition, focusing on logistics, quality control, and safety. Key stipulations include advanced Report of Shipment (REPSHIP) submissions, mandatory Defense Contract Management Agency (DCMA) contact for Foreign Military Sales (FMS) deliveries, and adherence to specific Department of Defense Identification Code (DODIC) and lot numbering standards. Items must be marked according to CAD/PAD instructions, but Shelf Life Code marking is not required. The document emphasizes that items are inert and details hazard classification information. Rigorous requirements for Engineering Change Proposals (ECPs), Notice of Revisions (NORs), and Request For Variances (RFVs) are outlined, along with Lot Acceptance Test requirements and reporting. It also specifies age limits for energetic materials, mandates traceability to original DoD qualified manufacturers, and requires compliance with ITAR. Critical Safety Item (CSI) designation and specific procedures for pre-selecting production lot test samples with cosmetic defects are also detailed.
    The “CAD/PAD Item Marking Instruction, V 1.6” document outlines mandatory marking requirements for Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) components. The purpose is to implement the Department of Defense’s Item Unique Identifier (IUID) policy, ensuring all CAD/PAD items, regardless of cost, are uniquely marked for serial management in aircraft maintenance systems. Both Human Readable Information (HRI) and Machine Readable Information (MRI) are required, with Data Matrix ECC 200 being the standard for MRI markings. The instruction specifies HRI data, including item nomenclature, manufacturer’s CAGE, lot number, serial number, and part number, and details the MRI data construct, including CAGE, part number, serial number, lot number, and date of manufacture. Placement of UID markings varies based on item size and existing marking methods. Kit components must be individually marked, and kit containers also require marking, though only the kit itself requires data submission to the UID Registry. Waivers for the UID requirement are not permitted, but waivers for marking methods may be considered. This document ensures consistent and accurate identification of CAD/PAD items for enhanced maintenance and tracking.
    This document outlines the Contract Data Requirements List (CDRL) for Contract/PR No. FD2020-25-50019&25-50020, pertaining to airmunitions. It details various data items required from the contractor, including Ammunition Data Cards (ADC), Engineering Change Proposals (ECP), Notices of Revision (NOR), Requests for Variance (RFV), Test/Inspection Reports (specifically Lot Acceptance Tests), Failure Summary & Analysis Reports, Obsolescence Alert Notices, and Diminishing Manufacturing Sources and Material Shortages (DMSMS) Health Assessment Reports. Each data item specifies submission frequency (mostly as required), required formats (e.g., Microsoft Office, PDF, Excel), distribution methods (primarily electronic via Wide Area Work Flow (WAWF) or email), and recipient addresses within AFLCMC/EBHJ and related offices. The document also highlights that all submissions contain export-controlled technical data, subject to strict dissemination regulations under U.S. export laws.
    The ES7034 clause outlines procedures for the rework and repair of nonconforming material in government contracts. Rework involves fully restoring material to specifications, while repair brings it to a usable condition without complete conformity. Contractors must document and submit rework procedures to the Government Quality Assurance Representative (QAR) for review and potential disapproval. Repair procedures require submission on DD Form 1694 to the Contracting Officer for written approval. All submissions for rework or repair must include the cause of nonconformance and corrective actions to prevent recurrence. Procedures must also detail reinspection processes that supersede Technical Data Package requirements, ensuring quality. This clause is a supply chain flow-down requirement applicable to contractors, suppliers, vendors, and subcontractors, emphasizing quality assurance and compliance in federal procurement.
    This government solicitation, FA8213-25-R-3010, issued by the Department of the Air Force, is an RFP for Universal Water Activation Release System (UWARS) Battery Kits. The acquisition is unrestricted, with a NAICS code of 325920 and a size standard of 750. The document outlines requirements for the UWARS Battery Kit, specifying it as a lithium coin battery screened for proper voltage and impedance, providing power for the Universal Water Activation Release System. The RFP includes provisions for Foreign Military Sales (FMS) to various countries including Chile, Denmark, Egypt, Greece, Iraq, Israel, Korea, Morocco, Norway, Oman, Qatar, Saudi Arabia, UAE, Thailand, Taiwan, and NATO, as well as for the USAF. It details inspection and acceptance at the origin, requiring a receiving report and adherence to ISO 9001-2015 quality standards. Payment instructions via Wide Area Workflow (WAWF) are provided, along with accounting and appropriation data for each FMS case and the USAF. The document also lists specific data deliverables such as Ammunition Data Cards, Engineering Change Proposals, and Test/Inspection Reports.
    This government file details the specifications for a "BATTERY SET" (NSN 1377016525022ES, CAGE 3AX04), specifically designed to power the Universal Water Activated Release System (UWARS). The battery, made of lithium coin cells, measures 9.96 inches in length, 3.5 inches in width, and 3.5 inches in height, weighing 1 gram. The document, initiated by Richard G. Wetz from AFLCMC / EBHJ, includes criticality, demilitarization, and security codes, and mentions the item's function, material, and dimensions. This detailed description suggests the file is part of a procurement or technical documentation process for federal defense-related equipment.
    The document outlines the essential data requirements for Report of Shipment (REPSHIP) for individual shipments of hazardous material (HAZMAT) and inert component parts within the Continental United States (CONUS), from CONUS to overseas locations, and from all overseas locations. It details 15 mandatory data elements for REPSHIPs, including shipment and estimated arrival dates (Julian), required delivery date, carrier information, various reference numbers (Bill of Lading, MTX-GS Service, Air Release/ETR), cargo name, container and seal numbers, security risk category, controlled item inventory code, total net explosive weight, hazard classifications, and DODIC/NALC. The document also includes crucial notes regarding the repetition of data elements for multiple shipment units or conveyances, the use of separate REPSHIPs for different shipment modes, and the optional nature of lot number, DODIC, and NALC fields. Additionally, it specifies contact information for GACP TRANSPORTATION for inquiries. This comprehensive guide ensures proper tracking, security, and logistics administration for HAZMAT shipments within the government supply chain.
    This government file outlines instructions and conditions for offerors responding to a federal acquisition, emphasizing that only qualified sources will be considered. Proposals from non-qualified entities will be rejected if a qualification package isn't accepted before the award. The document details specific proposal preparation guidelines, including format, content, and electronic submission requirements (Adobe Acrobat Professional, MS Office). Key evaluation criteria include a 'Qualified Vendor' technical subfactor and a 'Schedule' subfactor, requiring a Work Breakdown Structure, milestones, and task durations. The price proposal involves completing Section B of the RFP, with potential requests for additional cost data to determine price reasonableness. Offerors must submit a signed solicitation and complete various sections (A, B, F, I, K) to provide information for contract documentation. Exceptions to terms and conditions must be clearly identified with supporting rationale and impact analysis.
    Section M outlines the evaluation factors for federal contract awards, focusing on a best-value source selection in accordance with FAR 15.3. The government intends to award one contract based on an integrated assessment of Technical/Technical Risk and Cost/Price. Proposals will be evaluated on two main factors: Technical (including Qualified Vendor and Schedule subfactors) and Cost/Price. Technical Factor 1, Qualified Vendor, is rated as acceptable or unacceptable, requiring prior qualification. Technical Factor 2, Schedule, is evaluated on project understanding, execution approach, and completeness, with ratings from Outstanding to Unacceptable. Technical risk is also assessed (Low, Moderate, High, Unacceptable). Cost/Price proposals are evaluated for reasonableness and Total Evaluated Price. All non-cost factors combined are significantly more important than cost. The government reserves the right to award without discussions, emphasizing the importance of initial best offers.
    The United States Air Force (USAF) is issuing a Sources Sought Synopsis to gather information regarding potential sources for the Universal Water Activated Release System (UWARS) Battery Replacement Kit. This notice, numbered FA8213-25-R-3010, serves to conduct market research and assess whether the procurement effort can be competitive and possibly a Small Business Set-Aside. The relevant NAICS code is 325920 for Explosive Manufacturing, with a standard size of 750 employees. The Air Force is encouraging responses from small businesses including 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned concerns. Interested companies must provide their experience in engineering, manufacturing, inspecting, and testing similar components over the last five years, along with a company profile detailing employee count, location, CAGE Code, and Small Business designation. Specific UWARS Battery Replacement Kit specifications are included for reference. Notably, the Air Force has limited technical data available and will not reimburse costs related to this inquiry. Responses are sought by April 10, 2025. Any questions may be directed to Contracting Officer Lauren Johnston at the provided contact details.
    This government Statement of Work outlines mandatory preservation, packaging, and marking requirements for contractors delivering items under federal contracts. Key areas covered include adherence to military packaging standards (MIL-STD-2073-1, MIL-STD-129) and international phytosanitary measures (ISPM 15) for wood packaging to prevent invasive species. The document details specific protocols for electrostatic sensitive materials, palletized unit loads, and specialized shipping containers. For hazardous materials, strict compliance with international (ICAO, IATA, IMDG) and U.S. federal regulations (49 CFR) is mandated, including specific labeling, documentation (DD Form 1574/1574-1, SDS), and Competent Authority Approvals. Contractors are also required to manage reusable containers, report supply discrepancies via WebSDR, and utilize online resources like SPIRES and ASSIST for specifications. The document emphasizes the use of the most recent revisions of all applicable government packaging documents and standards.
    The government seeks a reliable source for aircraft egress system components, specifically Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD), which are critical safety items for emergency egress. The objective is to award a contract to a qualified offeror who demonstrates a clear understanding of requirements, proposes a technically sound approach, and offers a competitive price and achievable schedule. Offerors must detail their technical approach, including manufacturing, quality control, and risk mitigation, along with relevant experience. They also need to provide a clear schedule with key deliverables, milestones, and a Work Breakdown Structure (WBS). Proposals should be presented in common formats (Excel, Word, PowerPoint, or Project), and offerors must outline their plan for monthly updates to track progress against the agreed-upon schedule.
    Lifecycle
    Title
    Type
    UWARS Battery Kits
    Currently viewing
    Solicitation
    Sources Sought
    Similar Opportunities
    BATTERY ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking procurement for battery assembly services, specifically focusing on rechargeable batteries under the PSC code 6140. The opportunity is outlined in a Justification and Approval (J&A) document, which has been redacted for confidentiality. These rechargeable batteries are critical for various defense applications, ensuring operational readiness and reliability of military equipment. Interested vendors can reach out to Thomas Duffey at Thomas.Duffey@dla.mil or by phone at 614-557-6827 for further details regarding this procurement opportunity.
    Long Term Contract for NSNs 6135014783935 and 6135015279592 (Nonrechargeable Batteries)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking contractors for a long-term contract involving the procurement of non-rechargeable batteries identified by National Stock Numbers (NSNs) 6135014783935 and 6135015279592. The contract will cover an estimated annual demand of 1,598 units for NSN 6135014783935 and 1,247 packages for NSN 6135015279592, with a maximum contract period of five years and an estimated total value of $14,419,920. These batteries are critical application items with specific packaging, marking, and shipping requirements, including adherence to military and hazardous material regulations, and will require First Article Testing for quality assurance. Interested parties should contact Chuck Mielke at charles.mielkeii@dla.mil or by phone at 419-345-2481 for further details, with the solicitation expected to be posted approximately 15 days after this announcement.
    61--BATTERY ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Assembly, specifically NSN 6140015206830. The requirement includes a quantity of 39 units to be delivered to the DLA Distribution Depot in Oklahoma within 122 days after order (ADO). This procurement is crucial for ensuring the availability of reliable power distribution equipment, which is essential for various defense operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    6135-00-883-9024 TU44
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of 263 units of the explosive item identified as 6135-00-883-9024 TU44, with an option for an additional 133 units. This competitive opportunity is set aside for small businesses and requires compliance with stringent safety and quality standards, including a Safety Survey and various documentation as outlined in the Contract Data Requirements List (CDRL). The goods are critical safety items, emphasizing the importance of adherence to specifications and quality assurance processes throughout production. Interested parties can reach out to Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil for further details, as paper copies of the solicitation will not be provided.
    61--BATTERY,STORAGE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of storage batteries, specifically NSN 6140010606855, with a total quantity of 256 units required for delivery to the DLA Distribution Depot Hill within 150 days after order. These batteries are critical components for various military applications, ensuring reliable power supply for equipment and systems. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all responsible sources may participate in the bidding process. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    61--BATTERY POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130015669043. The contract includes the delivery of four units to the USS Kansas City (LCS 22) and one unit each to the USS Carl M. Levin (DDG 120) and USS Wayne E. Meyer (DDG 108), all required within 60 days after order (ADO). These battery power supplies are critical for the operational readiness of naval vessels, ensuring reliable power distribution for various electrical equipment. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the DLA at DibbsBSM@dla.mil.
    61--BATTERY,STORAGE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of storage batteries, specifically NSN 6140014845349, with a total quantity of 172 units required for delivery to DLA Distribution San Joaquin. This solicitation is part of a combined synopsis/solicitation process, and the batteries are critical components for various military applications, ensuring reliable power supply in operational settings. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    61--BATTERY POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130015669043. The contract includes the delivery of four units to the USS Kansas City (LCS 22) and one unit each to the USS Carl M. Levin (DDG 120) and USS Wayne E. Meyer (DDG 108), all required within 60 days after order (ADO). These power supplies are critical components for naval operations, ensuring reliable power distribution for various electrical equipment. Interested vendors are encouraged to submit their quotes electronically, with further inquiries directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    61--BATTERY,STORAGE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of storage batteries, specifically NSN 6140011318104. The requirement includes two lines: 173 units to be delivered to DLA Distribution San Joaquin within 776 days and 1 unit to be delivered within 194 days. These batteries are critical for various military applications, ensuring reliable power supply for equipment and operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.
    61--BATTERY,NONRECHARGE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of non-rechargeable batteries, specifically NSN 6135015818163, with a total quantity of 250 units to be delivered to DLA Distribution Warner Robins within 75 days after the order date. This procurement is set aside for small businesses under the Small Business Administration guidelines, emphasizing the importance of supporting small enterprises in the battery manufacturing sector. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which will be considered if received in a timely manner. For inquiries, interested parties can contact the buyer via email at DibbsBSM@dla.mil.