Advanced Concept Ejection Seat (ACES) II Harness Release Cartridge, Drogue Gun Cartridge, and Gyro Spin-Up Gas Generator
ID: FA8213-25-R-3026Type: 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 procurement of the Advanced Concept Ejection Seat (ACES) II Harness Release Cartridge, Drogue Gun Cartridge, and Gyro Spin-Up Gas Generator. This solicitation, identified as FA8213-25-R-3026, includes requirements for the Harness Release Cartridge and associated first article testing, with a total award amount of $2,275,287.18. The goods are critical for aircraft egress systems, ensuring the safety of aircrew during emergencies. Interested contractors must comply with ISO 9001:2015 standards and adhere to the Buy American Act, with proposals due by October 23, 2025, at 5:00 PM. For further inquiries, potential bidders can contact Tyson Tharp at tyson.tharp@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for preparing Ammunition Data Cards (ADCs) for USAF & USN CAD/PAD programs, emphasizing compliance with MIL-STD-1168 and the Worldwide Ammunition-data Repository Program (WARP). It details traceability requirements for energetic materials and hardware components, specifying documentation like Certificates of Conformance (COC) and lot numbers. The contractor must list original manufacturer's information, even when using internal part numbers. The process for submitting sample and production lot ADCs through WARP is described, including government review and approval. Access procedures for the MHP-WARP system are provided, along with contact information for support. Contractors are responsible for obtaining DoD-approved digital certificates for system access and are required to notify system administrators of new contracts.
    This document outlines the specifications for AIRMUNITION, detailing requirements for contractors involved in its provision. Key aspects include advanced Report of Shipment (REPSHIP) submissions, mandatory contact with the Defense Contract Management Agency (DCMA) for Foreign Military Sales (FMS) deliveries, and specific Department of Defense Identification Codes (DODIC) for ammunition. Contractors must complete Ammunition Data Cards (ADC) and adhere to CAD/PAD Item Marking Instructions. The document also specifies hazard classification information, procedures for Engineering Change Proposals (ECPs), Notices of Revision (NORs), and Requests For Variances (RFVs). Leak checks, Lot Acceptance Test Plans (LATP/ATP), and Lot Acceptance Test/Inspection Reports are required, with strict notification protocols for failures. Material requirements include adherence to WS5003F for Hexanitrostilbene (HNS) and age limits for energetic materials and components. This item is designated as a Critical Safety Item (CSI), with specific guidelines for pre-selection of production lot test samples and rework/repair approvals. First Article Test/Inspection Reports and Plans are mandatory, alongside obsolescence alerts, Diminishing Manufacturing Sources and Material Shortages (DMSMS) health assessments, and monthly production status reports. Finally, contracts involving ammunition and explosives must comply with DFARS safety precautions and AFMAN 24-204(I) for air shipments.
    This government file outlines a comprehensive Contract Data Requirements List (CDRL) for a federal contract (FD2020-25-50026&25-50027) concerning airmunitions. It specifies various data items, including Ammunition Data Cards (A001), Engineering Change Proposals (A002), Notices of Revision (A003), Requests for Variance (A004), Acceptance Test Plans (A005), Test/Inspection Reports (A006), Failure Summary & Analysis Reports (A007), Obsolescence Alert Notices (A008), Diminishing Manufacturing Sources and Material Shortages (DMSMS) Health Assessment Reports (A009), Production Status Reports (A010), First Article Test/Inspection Procedures and Report (B001), and First Article Test/Inspection Procedures and Plan (B002). Each data item details submission requirements, including frequency, distribution, format (typically Microsoft Office or PDF, submitted via WAWF and/or email), and government approval processes. The documents emphasize adherence to specific data acquisition documents (DIDs) and industry standards (e.g., EIA-649-1A, EIA-649C). All data is subject to Distribution Statement B, indicating restricted access due to CTI & Export Control, and highlights penalties for export control violations. The requiring office for all data items is AFLCMC/EBHJ, with various other government entities involved in review and approval.
    The document details specifications for several explosive components used in aircraft ejection systems, specifically the ACES II Ejection Seat. Items include "CARTRIDGE,IMPULSE" and "GENERATOR,GAS PRESS," each with unique National Stock Numbers (NSNs), CAGE codes, and reference numbers. Key data points provided for each item include physical dimensions (length, width, height, weight), material composition (e.g., aluminum casing, energetic materials, explosive charge), and functional descriptions related to aircrew restraint release or aircraft egress. The document also lists criticality codes, demilitarization codes, security codes, and contact information for the initiators of these item descriptions. All components are described as electrically initiated and contain explosive charges, emphasizing their critical safety role in ejection seat operations. The descriptions are generated by PRPS using Jasper Reports, indicating a standardized government procurement or inventory documentation format.
    The provided government file, comprising repetitive and largely unreadable characters, appears to be a heavily corrupted or encrypted document. Due to the extensive corruption, it is impossible to identify the main topic, key ideas, supporting details, or document structure. The content is consistently garbled, preventing any meaningful analysis or summarization. Therefore, no coherent summary can be generated from the provided text.
    The document ES7034 outlines procedures for the rework and repair of nonconforming material within government contracts, defining rework as reprocessing to achieve full conformity and repair as reprocessing to reduce but not eliminate nonconformance for usability. 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 incorporate reinspection provisions that supersede Technical Data Package requirements, assuring the government of compliance. This clause is a mandatory supply chain flow-down requirement applicable to contractors, suppliers, vendors, and subcontractors.
    This document outlines packaging and shipping requirements for munitions, emphasizing compliance with federal and international standards. Key requirements include specific Level A and B packing instructions for severe worldwide conditions, marking of overboxes as "OVERPACK," and the use of filler pads. It also specifies that assets packaged under previous SPI editions do not require repackaging if integrity is maintained, and notes that the SPI is unauthorized without proper hazard classification, requiring interim hazard classification letters and DOT SP 15448 for shipments. Additionally, the document details International Standards for Phytosanitary Measures (ISPM No. 15) for wood packaging material (WPM), mandating that all wooden lumber, pallets, and containers be constructed from debarked, heat-treated wood (56°C/133°F for 30 minutes) and certified by an ALSC-recognized agency to prevent invasive species. Finally, it refers to MIL-STD-129 for marking palletized unit loads of ammunition.
    This government file outlines detailed packaging and shipping requirements, particularly for munitions, emphasizing compliance with international and national standards. Key requirements include specific guidelines for wood packaging materials (WPM) to prevent the spread of invasive species, mandating debarked, heat-treated wood (56°C/133°F for 30 minutes) certified by an ALSC-recognized agency, in accordance with ISPM No. 15. The document specifies that up to 52 bagged items can be placed per container, with cushioning to prevent movement. For munitions, Level A packing is required for severe worldwide conditions (e.g., war reserve, strategic deployment), which involves overboxing Level B packs in a Level A container marked "OVERPACK," using filler for a tight fit. Existing packages meeting previous integrity standards do not require repacking. Hazard classification is mandatory for munitions shipments, requiring a final or interim hazard classification letter and DOT SP 15448. The file also references MIL-STD-129 for marking palletized ammunition unit loads.
    This document outlines packaging and shipping requirements for munitions, emphasizing compliance with various federal and international standards. Key controls are held by 406 SCMS and GULAA-HILL AFB, with CUI/SP-CTI and FEDCON managing distribution. Specific notices detail Level A and B packing, overboxing, and marking instructions, including the use of filler pads and
    This government solicitation, FA8213-25-R-3026, issued by the Department of the Air Force, outlines a requirement for "Harness Release CTG" (Cartridge, Impulse Drogue Gun) and associated first article testing. The total award amount is $2,275,287.18. The acquisition is unrestricted and open to all businesses, with a NAICS code of 325920 and a size standard of 750 employees. The solicitation specifies firm-fixed-price contracts for various quantities of the Harness Release Cartridge to be delivered to multiple international locations, including Bahrain, Chile, Denmark, Egypt, Greece, Indonesia, Iraq, Morocco, Norway, Oman, Qatar, Saudi Arabia, Turkey, UAE, Singapore, Portugal, Jordan, and NATO. Additionally, a separate line item covers the First Article Test Plan and First Article units for the Cartridge, Impulse Drogue Gun. All items require ISO 9001:2015 compliance, serial number markings, and adherence to Buy American Act/Balance of Payments Program. Payment withholding is stipulated until specific CDRLs are delivered and approved, with potential waivers for first article requirements.
    This government solicitation, FA8213-25-R-3026, issued by the Department of the Air Force, is an RFP for the procurement of "Harness Release CTG" and "Cartridge, Impulse Drogue Gun." The total award amount is $2,275,287.18. The acquisition is unrestricted and open to various small business classifications, with a NAICS code of 325920 and a size standard of 750. Offers are due by October 23, 2025, at 5:00 PM. The solicitation specifies that the contractor must hold prices firm for 120 days. Evaluation will be based on a tradeoff between technical/schedule merit and cost. Key requirements include compliance with ISO 9001:2015, Buy American Act/Balance of Payments Program, and IUID with serial number markings. Payment is subject to the delivery and approval of specific CDRL items, with B001 and B002 contingent on the waiver of first article requirements. The Harness Release CTG is to be supplied to the USAF and various international destinations including Bahrain, Chile, Denmark, Egypt, Greece, Indonesia, Iraq, Morocco, Norway, Oman, Qatar, Saudi Arabia, Turkey, UAE, Singapore, Portugal, Jordan, and NATO. The Drogue Gun Cartridge requires a First Article Test Plan and First Article Units, with production of non-first article units contingent on government approval of the test report.
    This document, "CAD/PAD Item Marking Instruction, V 1.6," outlines the mandatory marking requirements for Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) components, both new and remanufactured, for Department of Defense (DoD) use. The primary purpose is to implement Item Unique Identification (IUID) policies to enhance item tracking in aircraft maintenance systems, regardless of dollar value. The instruction mandates both Human Readable Information (HRI) and Machine Readable Information (MRI) markings, with Data Matrix ECC 200 as the standard for MRI. It details specific HRI data elements like item nomenclature, CAGE code, lot number, serial number, and part number, and defines the MRI data construct using data identifiers for CAGE, part number, serial number, lot number, and date of manufacture. The document provides guidelines for placement of these markings on data plates, labels, or directly on items, including provisions for small items and kit components. It also specifies unique requirements for F-35 components and emphasizes that waivers to the IUID requirement are not permitted.
    This Statement of Work outlines comprehensive preservation, packaging, and marking requirements for items delivered under government contracts, emphasizing compliance with military and international standards. Key directives include adherence to AFMCI 24-201, MIL-STD-2073-1, and MIL-STD-129 for packaging and marking, including the use of DD Form 1574/1574-1 tags. International Phytosanitary Measures (ISPM 15) are mandated for wood packaging to prevent invasive species. Special provisions are detailed for electrostatic sensitive materials (MIL-STD-2073-1, ANS/ESD S20.20), palletized unit loads (MIL-STD-147), and specialized shipping containers (MIL-STD-648). For hazardous materials, contractors must comply with ICAO, U.S. CFR Title 49, IATA, IMDG, and AFMAN 24-604, ensuring proper labeling, UN/DOT specifications, and necessary approvals. The document also covers the use of the SPIRES website for packaging instructions, handling of reusable containers, and reporting discrepancies via WebSDR. It references various government packaging documents and websites like ASSIST for specifications. The overall purpose is to ensure safe, compliant, and standardized handling of materials for DoD shipments, minimizing risks and facilitating efficient logistics.
    This government file details requirements for Shipment Release/Receipt Military Traffic Expediting/Greater Security (STYK/GS) services, likely for federal government RFPs. It outlines essential data elements for shipment documentation, including shipment dates, estimated time of arrival, required delivery dates, carrier information, bill of lading numbers, and military traffic expediting service numbers. The document also specifies details for air and surface shipments, such as air release and export traffic release numbers. Key information includes cargo names, container and seal numbers, total weight, security risk categories, and hazard classifications. It also covers the name, address, and phone number of the responsible person for information contained within the Shipment Release/Receipt Logistics/Naval Ammunition Logistics Code (SR/NLAC). The notes section clarifies procedures for handling multiple shipment units within a conveyance and for cargo moved to a Seaport of Embarkation (SPOE) or Seaport of Debarkation (SPOD). It specifies that separate SR/NLACs are used for different modes of shipment to the SPOE. It also states that lot numbers, Controlled Item Inventory Codes (CIICs), and Naval Ammunition Logistics Codes (NALCs) are not mandatory fields but can be provided electronically or in the template. If a Transportation Control Number (TCN) is used, lot numbers and ammunition condition codes should be included in the remarks section, and weapons must be identified by serial number within the shipment. CIIC and NALC are codes for logistics administration and ammunition control. These guidelines ensure secure and efficient handling of military shipments, adhering to strict logistical and security protocols.
    This document outlines instructions, conditions, and notices for offerors in a government acquisition, focusing on federal RFPs. It details general and specific instructions for proposal preparation, emphasizing clarity, conciseness, and adherence to format requirements. Key aspects include qualification requirements for sources, the potential for price competition, and submission guidelines for electronic proposals. The document also specifies points of contact for questions and procedures for debriefings. Evaluation criteria are divided into technical (qualified vendor, project schedule with WBS, milestones, and task durations) and price proposal factors. Finally, it outlines necessary contract documentation, including signed solicitations and completed sections, and requires offerors to identify any exceptions to terms and conditions.
    This government RFP outlines the evaluation factors for awarding a contract, emphasizing a best-value source selection process in accordance with FAR 15.3. The government intends to award a single contract based on an integrated assessment of technical/technical risk and cost/price, with non-cost factors being significantly more important than cost. Proposals will be evaluated on two main factors: Technical (with subfactors for Qualified Vendor and Schedule) and Cost/Price. The Qualified Vendor subfactor requires prior qualification and will be rated acceptable/unacceptable, while the Schedule subfactor, which will be subject to a trade-off, assesses understanding of project scope, execution approach, and completeness. Technical proposals will also receive a risk rating (low, moderate, high, unacceptable). Cost/Price proposals will be evaluated for reasonableness and Total Evaluated Price. The government reserves the right to award without discussions, but may conduct them if deemed necessary, and also reserves the right to award no contract.
    The government seeks a reliable contractor for aircraft egress system components, specifically Critical Safety Items (CSIs) like Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD), which are vital for aircrew safety. The chosen offeror must demonstrate a clear understanding of requirements, propose a technically sound approach, and offer a competitive, achievable schedule. Proposals should detail the technical approach, including manufacturing, quality control, innovative solutions, and risk mitigation, along with relevant experience. A comprehensive schedule with key deliverables, milestones, and a Work Breakdown Structure (WBS) is required, demonstrating realistic task durations. Offerors must also outline their plan for providing monthly updates on progress and any schedule slippage. Submissions should be in Microsoft Excel, Word, PowerPoint, or Project, or other clearly interpretable formats.
    This government file details a solicitation for various line items of National Stock Numbers (NSN) and their corresponding Part Numbers (P/N), quantities, and numerous ship-to codes. Line Item 0001 specifies 1016 units of NSN 1377010528206ES. Line Item 0002 requires 373 units and 24 first articles of NSN 1377010528208ES. Line Item 0003 requests 557 units and 24 first articles of NSN 1377010530537ES. Line Item 0004 pertains to data, with a quantity of 1.0000 LO, to be delivered within one calendar day. The solicitation will use electronic procedures and targets ROCKWELL COLLINS INC and CHEMRING ENERGETIC DEVICES INC.
    Similar Opportunities
    Loading similar opportunities...