B-2 Fire Extinguisher Cartridge
ID: FA8213-25-Q-3003Type: Solicitation
Overview

Buyer

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

NAICS

Explosives Manufacturing (325920)

PSC

CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS (1377)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 Fire Extinguisher Cartridges, essential components for the B-2 aircraft's fire suppression system. The contract involves the supply of 108 units, with a firm fixed price, and requires compliance with stringent military specifications and quality assurance standards. These cartridges are critical safety items designed to enhance operational readiness and ensure the safety of military personnel during emergencies. Interested vendors must submit their proposals by August 15, 2025, and can direct inquiries to Abbigail Clawson or Marc Mattsson via the provided contact information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the preparation of Ammunition Data Cards (ADC) as part of the United States Air Force (USAF) and United States Navy (USN) CAD/PAD program. It emphasizes compliance with MIL-STD-1168 and the Worldwide Ammunition-data Repository Program (WARP) requirements. Key elements include the assignment of lot numbers for energetic materials, the need for traceability using documents like Certificates of Conformance and Certificates of Analysis, and listing various energetic materials and their specifics in the ADC. Contractors are to ensure full traceability of hardware components and maintain documentation of non-critical materials. The SOW describes the ADC submission process, including sample ADC approvals and the necessity for a hard copy with shipments. Procedures for accessing MHP-WARP, including PKI authentication for contractors without CAC accounts, are detailed. The document serves as guidance for government contractors and emphasizes the importance of compliance, accuracy, and traceability in managing ammunition data effectively within military programs, ultimately supporting safety and quality in munitions management.
    The REPSHIP document outlines the data requirements for individual shipments of hazardous materials (HAZMAT) and inert components transported within the continental United States (CONUS) and to overseas locations. The primary audience includes shipping activities, domestic customers, and clearance authorities for both ocean and air transport. Key data elements needed for reporting include shipment dates, estimated arrival times, delivery dates, carrier information, hazardous cargo names, weights, security risk categories, and identification codes for military logistics. The document also notes that multiple shipments may be reported together if transported in a single conveyance, and emphasizes the importance of including comprehensive information for efficient logistical operations. This framework is crucial for ensuring safety in the shipment of hazardous materials and compliance with regulatory standards within government operations.
    The Statement of Work outlines the contractor's responsibilities for the preservation, packaging, and marking of items delivered under the contract. Adherence to military packaging standards, such as AFMCI 24-201 and MIL-STD-2073-1, is essential. This includes following guidelines for labeling shipments per MIL-STD-129 and utilizing the DD Forms 1574 or 1574-1 for material tagging. The contractor must also comply with ISPM 15 for wood packaging materials and implement measures for electrostatic-sensitive devices per applicable standards. For hazardous materials, compliance with various international regulations, including ICAO and DOT regulations, is mandatory. The contractor is responsible for ensuring secure packaging for shipments and must maintain accurate documentation, including Safety Data Sheets for hazardous materials. The contractor is also required to report discrepancies using the Web Supply Discrepancy Report system and manage reusable containers according to specified requirements. Overall, this document emphasizes standardized procedures and safety measures for packaging and shipping, ensuring that all materials meet regulatory standards and provide adequate protection during transport, while also facilitating compliance with government procurement processes.
    This document outlines packaging and shipping requirements for Department of Defense (DoD) munitions and materials, emphasizing compliance with safety and environmental regulations. It details the specifications for packing assets at various levels, notably the need to overpack Level B materials in Level A containers marked as "OVERPACK." There are allowances for previously packaged items to remain unchanged as long as their integrity is preserved. Additionally, the document stresses that shipments must include proper hazard classification documentation before transport. It also addresses international standards for wood packaging materials (WPM) to mitigate the risk of invasive species, like the pinewood nematode. All WPM must be constructed from debarked wood treated at specified temperatures to prevent pest infestations. Certification by accredited agencies and adherence to relevant standards such as ISPM No. 15 is mandatory, with specific guidelines for marking and packaging ammunition to ensure safe and compliant global distribution. The comprehensive requirements aim to maintain safety in logistics and adhere to governmental protocols in international trade.
    The document outlines the evaluation criteria for awarding contracts through a government Request for Proposal (RFP). It specifies that price is important but other factors, especially technical aspects, carry more weight in the evaluation process. Two main factors influence the award: 1. **Technical Proposal**: - Vendors must demonstrate qualification and provide a detailed project schedule, including a Work Breakdown Structure (WBS), milestones, and realistic task durations. The schedule should reflect an understanding of project scope and logical execution. - Proposals will be rated on a scale from "Outstanding" to "Unacceptable" based on their clarity, completeness, and overall approach. 2. **Price Proposal**: - Offerors must submit a total price for the specified contract line item (CLIN 0001 Fire Extinguisher Cart). Price reasonableness will be evaluated based on competitive pricing or cost analysis methods outlined in the Federal Acquisition Regulation (FAR). The award will go to the vendor meeting qualification requirements, reasonable pricing, and the best schedule rating, ensuring compliance with the RFP’s criteria for technical understanding and pricing rationale.
    The Statement of Objectives (SOO) outlines the government's intent to establish a dependable source for aircraft egress system components, specifically Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD), which are critical for ensuring the safety of military personnel during emergencies. The procurement of these items is vital for operational readiness and personnel safety. The document details the expectations for offerors, including a comprehensive technical approach that addresses manufacturing processes, quality controls, relevant experience, potential technical risks, and mitigation strategies. Offerors are also required to present a concise schedule with deliverables, a Work Breakdown Structure (WBS), and a realistic assessment of task durations. Additionally, monthly updates to the government on project status, including milestone adherence and any delays, are mandated to ensure effective performance monitoring. Overall, the SOO serves as a guideline for potential contractors to meet specific requirements and deliver quality materials on time, reflecting the government’s commitment to maintaining operational safety and readiness.
    The document outlines specifications and procedures related to a Purchase Request/Military Interdepartmental Purchase Request (PR/MIPR) for air munitions within the Department of Defense (DoD). The main focus is on the coordination and compliance requirements for a specific ammunition item identified by its National Stock Number (NSN) and associated part number (P/N). It covers various aspects, including whether the item is listed in the Commodity Council Compliance Database, quantities required, and attached coordination documentation. Key points include the necessity for market research, safety protocols, and completion of engineering and quality assurance evaluations. Detailed responsibilities for contractors include adherence to several military standards for packaging, transportation, and hazard classification. Specific reporting requirements for Government Furnished Material (GFM) and critical safety item compliance are also highlighted. Additionally, the document emphasizes the need for a Quality Assurance Program Plan and Diminishing Manufacturing Sources and Material Shortages (DMSMS) management plans. Overall, this file serves as a structured guide for the procurement of munitions, ensuring compliance and safety throughout the acquisition process while providing clear instructions for contractors involved in supplying defense-related materials.
    The CAD/PAD Item Marking Instruction outlines the marking requirements for Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) within the Department of Defense (DoD). Its primary purpose is to ensure all CAD/PAD items are marked with Item Unique Identifiers (IUID), enhancing aircraft maintenance data accuracy. The document details the necessary Human Readable Information (HRI) and Machine Readable Information (MRI) formats, specifying data elements such as item nomenclature, manufacturer’s CAGE code, lot number, and serial number. Markings must comply with MIL-STD-130 standards, utilizing Data Matrix ECC 200 for MRI. The instruction also discusses placement guidelines for different CAD/PAD item types, including items labeled with data plates and those etched directly onto the item. Notably, components delivered in kits must also include individual markings, while waivers for IUID compliance are not permitted. Overall, this document serves as a crucial guide for suppliers and manufacturers to ensure standardization and traceability in DoD maintenance practices for CAD/PAD items.
    The Department of the Air Force's Engineering Data Services Center has announced a procedural change regarding the distribution of Data Packages for Purchase Requests (PR). Effective immediately, copies of Data Packages will no longer be attached to the PR Official Files. Instead, the Solicitation Office will manage the dissemination of Bid Sets, while a master PR Data Package will be maintained with the most current revision details. Interested parties can access web-based solicitation data packages via the SAM.gov website and are encouraged to register for assistance if needed. For additional requests or queries, stakeholders can contact the Engineering Data Service Center or AFLCMC/LZPEF directly. This transition aims to streamline processes and reduce costs, indicating a move towards more efficient management of engineering data resources within the Air Force procurement framework.
    The document is an engineering data list related to the B-2 munitions managed by Northrop Grumman Systems. It presents details such as the Cage Code, National Stock Number (NSN), and the reference number linked to the item, which is categorized as an aircraft cartridge. The report outline includes engineering drawings and specifications related to fire extinguishing containers and packaging standards, indicating that these items are subject to stringent approval protocols, particularly concerning foreign disclosure. The data emphasizes that access to certain classified documents and engineering information is conditioned by specific approval processes and furnishing methods. This summary of engineering specifications is critical for maintaining compliance and consistency within federal and defense contracts, notably in the context of RFPs and grants aimed at defense manufacturers.
    The document pertains to an aircraft signal fire cartridge identified by NSN 1377013524160ES, specifically designed for the B-2 bomber. The item is classified as a critical safety component, featuring a metal body with an explosive charge that functions to release an agent to a designated fire point. This cartridge measures 2.07 inches in length, 0.56 inches in both width and height, and weighs 0.12 pounds. It's important to note that there are specific military codes related to its storage and handling, including a demilitarization code of G and a security code of 7. Additional context reveals that the device is part of a fire suppression system, highlighting its role in safety operations related to aircraft. The item requires the incorporation of government-furnished materials or equipment (GFM, GFE, and GFP) and has a legacy description indicating use in ballistic applications. This document supports government procurement efforts by detailing necessary specifications for potential suppliers responding to the relevant RFPs. The information provided will be useful for entities interested in bidding or supplying related components for military applications.
    The document outlines packaging requirements for military items under the AFMC FORM 158, focusing on specifications for vendors in federal procurement contexts. Key instructions address the completion of packaging and marking requirements using established military standards, such as MIL-STD-2073-1 for preservation and packing, and MIL-STD-129 for shipment marking. Essential details include the identification of items through "Item ID" and specific packaging for hazardous materials in compliance with multiple regulations. Further, it emphasizes the necessity for engineered or specialized containers and the preparation of hazardous materials as per federal guidelines. The document also mandates adherence to international phytosanitary measures in packaging wood materials to prevent invasive species during global trade. Overall, the purpose of this file is to ensure compliance with detailed packaging and marking standards within federal contracts, ensuring safety and regulatory adherence, particularly in hazardous material handling and international shipping protocols.
    This document outlines the recommended quality assurance provisions and special inspection requirements for a federal contract identified by the PR/MIPR number and a National Stock Number. It specifies the points of inspection and acceptance, providing contact details for relevant personnel overseeing the contract, including responsibility for inspection as per federal regulations. Key quality-related requirements include a Certificate of Conformance, adherence to ISO 9001:2000 standards, and compliance with commercial item inspection criteria. The document also contains a statement regarding ozone-depleting substances, confirming that usage of such materials is not necessary for contract fulfillment. Additionally, it indicates that pre-award surveys are necessary for assessing new sources and that the approval of technical authority is required to downgrade any annotated quality provisions. The signature of the technical authority along with organizational details is provided, confirming the document was finalized in February 2023. Overall, the document serves as a comprehensive outline of quality control measures and inspection protocols relevant to government contracting, ensuring compliance with established standards and regulatory requirements.
    The document is a solicitation and contract overview for the supply of fire extinguisher carts by the U.S. Department of the Air Force, specifically the AFLCMC at Hill Air Force Base. The contract is a rated order under the Defense Priorities and Allocations System (DPAS), tagged with solicitation number FA8213-25-Q-3003. It outlines the process for submitting sealed bids, including a deadline for offers, as well as the specifics of goods required, including quantities and specifications. Key components include mandatory procurement clauses, such as the Buy American Act and stipulations regarding quality assurance measures, which require compliance with federal standards such as ISO 9001:2015. The solicitation emphasizes the importance of unique item identification for inventory purposes and details on inspection requirements for the delivered goods. Contractors are also required to submit payment requests through the Wide Area Workflow system to facilitate electronic submissions. This solicitation is structured to enhance governmental compliance, ensure product quality, and maintain a strict evaluation process for vendors. The details reflect the careful consideration given to procurement processes in government contracts, which aim to meet defense and operational readiness while adhering to regulatory frameworks. The document underscores the government's approach to ensuring efficient procurement for necessary firefighting equipment within specified guidelines.
    This document is an amendment to a solicitation issued by the Department of the Air Force for the procurement of fire extinguisher carts, specifically identified by contract ID FA8213-25-Q-3003-0001. The primary purpose of the amendment is to extend the submission deadline for proposals from July 30, 2025, to August 15, 2025, while all other terms remain unchanged. The contract involves a firm fixed price for 108 units, with detailed requirements for inspections, quality assurance, and compliance with established standards. Submission of deliverables is contingent upon approval of specific contract data requirements, necessitating proper documentation throughout the process. The amendment also outlines the importance of handling government property post-delivery and ensures that retained contractor obligations are met. This amendment illustrates the government’s structured approach to managing contracts in the context of federal RFPs by maintaining transparency and adherence to regulatory protocols.
    This document outlines the justification for qualification requirements for the procurement of Fire Extinguisher Cartridges (NSN: 1377-01-352-4160ES) essential for B-2 aircraft operations. The justification is mandated by FAR and DoD regulations, emphasizing that only qualified suppliers from the U.S. and Canada can participate to mitigate significant technical risks. Key requirements include the need for prospective bidders to demonstrate compliance with detailed production capabilities, including engineering drawing interpretation and rigorous testing standards. Suppliers must notify relevant authorities of their intent to qualify, certify manufacturing capabilities, and undergo extensive testing procedures at their own expense, estimated between $5,000 to $50,000+. The qualification process may last approximately 360 days. A waiver can be sought for experienced manufacturers, but must be justified with supporting evidence. Completion of these requirements does not guarantee a contract award, as only fully qualified sources will be considered for procurement. The document is finalized by signatures from project engineers, ensuring a structured approach to award contracts that prioritize safety and operational integrity in military applications.
    This pre-solicitation synopsis outlines the forthcoming solicitation number FA8213-25-Q-3003 for the procurement of fire extinguisher cartridges, specifically P/N 2-102190-1 and P/N 446041, associated with NSN 1377013524160. The initial requirement includes an order of 108 units with delivery expected within 12 months after the contract award to Hill Air Force Base, Utah. Additionally, there is a requirement for one data item per DD 1423-1 standards, indicating necessary documentation to accompany the order. The solicitation will employ electronic procedures and has been addressed to specific suppliers, including Pacific Scientific Energetic Materi and Kidde Technologies. This document serves to inform potential vendors about the upcoming procurement needs for essential fire safety equipment, reflecting the Department of Defense's operational requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fire Extinguisher
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a firm-fixed-price, three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for fire extinguishers (NSN 4210-01-677-2080) to support Joint Light Tactical Vehicle (JLTV) units. The procurement requires offers for a total quantity of up to 281 units, with a guaranteed minimum of 14 units, and submissions must be made for the entire quantity across all three ordering years, as partial offers will not be considered. These fire extinguishers are critical for ensuring safety and compliance in military operations. Interested vendors should submit their proposals via email to the primary contact, Stephen Granch, at Stephen.Granch@dla.mil by the specified due date, with deliveries commencing 455 days after the order date, and shipments directed to the Defense Distribution Depot Red River.
    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.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    PRESSURE BELLOWS / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for pressure bellows used in the B-52 Stratofortress aircraft. The procurement involves an estimated annual quantity of 80 units of the pressure bellows, specifically manufactured by Transdigm Inc. under part number 114535, with a delivery timeline of 235 days after the date of order. This contract is crucial for maintaining the operational readiness of the B-52 aircraft, which plays a significant role in national defense. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around November 18, 2025, and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or call 445-737-4113 for further information.
    42--PARTS KIT,FIRE EXTI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit for Fire Extinguishers, identified by NSN 4210015541177. The requirement includes a quantity of four units to be delivered to DLA Distribution San Joaquin within 80 days after order placement. This procurement is crucial for maintaining safety and environmental protection standards within military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Request For Information - Tire Fire Suppression Bottle
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information from qualified firms regarding the procurement of Tire Fire Suppression Bottles for the Stryker Family of Vehicles. The objective is to acquire between 1,200 and 1,800 units of these bottles, which are critical for extinguishing tire fires on military vehicles, thereby ensuring crew safety and maintaining operational readiness in high-risk environments. Interested firms are required to respond to this Request for Information (RFI) by completing the attached workbook, which includes detailed specifications and requirements for the bottles, and submitting their responses by January 16, 2026, at 2:00 PM Eastern Standard Time. For further inquiries, firms may contact Taylor Ferguson at Taylor.D.Ferguson10.civ@army.mil or Marta Furman at marta.furman.civ@army.mil.
    Extinguisher, Fire, A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is seeking procurement for fire extinguishers classified under the PSC code 1680, which pertains to miscellaneous aircraft accessories and components. This opportunity involves the justification for acquiring these critical safety items, which are essential for maintaining operational safety and compliance within military aviation environments. Interested vendors can reach out to Chris Lally at 405-855-3529 or via email at christopher.lally.1@us.af.mil for further details regarding the procurement process. Specific funding amounts and deadlines have not been disclosed in the available information.
    42--PARTS KIT,FIRE EXTI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of a Parts Kit for Fire Extinguishers, identified by NSN 4210015730030. The solicitation includes two lines: one for four units and another for twenty-three units, both requiring delivery to DLA Distribution within 90 days after order. These parts kits are critical for ensuring fire safety and emergency response capabilities within military operations. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    BULKHEAD, AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of bulkheads for B-52 aircraft, specifically under the National Stock Number (NSN) 1560-01-192-5395. This opportunity is a total small business set-aside, aimed at acquiring 200 units over a six-month contract term, with a delivery schedule of 350 days after receipt of order. The bulkheads are critical components for aircraft structure, emphasizing the importance of quality and compliance with export control regulations. Interested vendors must submit their proposals by the solicitation issue date, expected around December 5, 2025, and can contact Renee Griffin at renee.griffin@dla.mil or 445-737-2040 for further information.
    42--EXTINGUISHER SUBASS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 200 units of the NSN 4210015896179 Extinguisher Subassembly. This solicitation is a Total Small Business Set-Aside, aimed at sourcing essential fire safety equipment that plays a critical role in ensuring safety and compliance within military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed via the DLA's online platform. For inquiries, potential bidders can reach out to the buyer at DibbsBSM@dla.mil, with the deadline for quote submissions set at 162 days after the award date.