Harness Release Carts and Gyro Spin-Up Gas GENERATORS FOR USAF
ID: FA8213-24-R-3023Type: 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 Harness Release Carts and Gyro Spin-Up Gas Generators, critical components for aircraft egress systems. The procurement aims to secure reliable sources for these Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD), which are essential for ensuring the safety of aircrew during ejection scenarios. This opportunity underscores the importance of compliance with military standards and safety protocols, as these items play a vital role in military aviation operations. Interested parties must submit their proposals by September 18, 2025, at 2:00 PM MST, and can direct inquiries to Shasta Selwood at shasta.selwood@us.af.mil or Sharon Davis at sharon.davis.16@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The USAF & USN CAD/PAD Statement of Work outlines requirements for preparing Ammunition Data Cards (ADC) in accordance with MIL-STD-1168 and tailored guidelines for the Worldwide Ammunition-data Repository Program (WARP). Key procedures include the assignment of lot numbers for materials such as explosives, ensuring traceability through manufacturer documentation, and recording specific information about energetic materials, including part numbers and manufacturing dates. Contractors must maintain traceability by documenting original components while certain materials, such as non-critical parts, do not require detailed records. A process is established for submitting sample ADCs for government approval, after which production lot ADCs need to be uploaded for further review. Accessing WARP requires a Common Access Card (CAC) or DoD-approved digital certificates, and ensures that contractors notify the system administrators about new contracts in a timely manner. This statement underscores the importance of compliance, document integrity, and efficient communication in managing ammunition data within government contracts.
    The document outlines specifications for an ammunition contract, emphasizing stringent reporting and compliance requirements. Key responsibilities of the contractor include providing an advanced Report of Shipment (REPSHIP), ensuring proper filling of Ammunition Data Cards (ADCs), and adhering to safety and marking guidelines. All energetic materials used must not exceed 24 months from the original manufacturing date and must be traceable to a qualified DoD manufacturer. The contractor is also required to develop Lot Acceptance Test Plans and maintain production documentation, including compliance with military standards. In the event of defects or test failures, immediate reporting and corrective action proposals are mandated. The document specifies necessary documentation for critical characteristics of ammunition to guarantee adherence to safety standards. Additionally, contractors must follow regulations related to obsolescence and diminishing manufacturing resources. This contract embodies the Department of Defense’s commitment to safety and quality in managing ammunition and explosives, outlining a comprehensive framework for contractors to follow throughout the contract lifecycle.
    The Department of the Air Force's memorandum outlines procedural changes regarding the distribution of data packages for procurement processes. Effective April 1, 2024, the Engineering Data Services Center will no longer provide physical copies of Data Packages with Purchase Requests (PRs). Instead, the Solicitation Office will handle the distribution of Bid Sets while maintaining a master set of the PR Data Package tied to the latest revision and PR number. Interested parties can access web-based solicitation data packages through sam.gov, and assistance is available for registration via their help desk. Should physical copies or specific inquiries arise, requests can be made through the Engineering Data Service Center, with anticipated responses within two working days. Contact information for further questions is also provided. This update aims to streamline processes, reduce costs, and enhance operational efficiency within the procurement framework of the Air Force.
    The CAD/PAD Item Marking Instruction establishes guidelines for uniquely identifying Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) within the Department of Defense (DoD). It mandates the inclusion of Item Unique Identifiers (IUID) on all CAD/PAD items, regardless of value, to improve maintenance accuracy in aircraft systems. The document outlines specific marking requirements for both Human Readable Information (HRI) and Machine Readable Information (MRI), defining necessary data elements such as item nomenclature, manufacturer details, lot numbers, and serial numbers. It emphasizes the importance of complying with established military standards (MIL-STD-130 and DFARS), utilizing Data Matrix ECC 200 for formatting MRI. The instructions apply to both new and remanufactured components and highlight labeling methods for various item sizes. Additionally, it addresses marking for kits, noting that while individual components need unique identifiers, their data submission to the IUID registry is unnecessary. The document firmly states that waivers for the UID marking requirement are not permitted, ensuring consistent implementation across all CAD/PAD items to enhance operational efficiency and traceability.
    The document outlines the Contract Data Requirements List (CDRL) for multiple data items under Contract/PR No. FD2020-24-50043, primarily concerning ammunition specifications. It details eight specific data items, including the Ammunition Data Card (ADC), Engineering Change Proposal (ECP), Notice of Revision (NOR), Request for Variance (RFV), Acceptance Test Plan, Test/Inspection Report, Failure Summary and Analysis Report, Obsolescence Alert Notice, Diminishing Manufacturing Sources and Material Shortages (DMSMS) Health Assessment Report, and First Article Inspection Report. Each data item specifies submission requirements, authorities, distribution statements, and electronic submission protocols via the Wide Area Workflow (WAWF) system. Key points include detailed requirements for format, content, timelines for submissions (often as required or within specific days post-event), and the emphasis on compliance with government specifications and export control laws. The document ensures that critical technical data is reported accurately and timely, maintaining national security protocols. This CDRL is significant for contractors engaged with the Department of Defense, emphasizing the importance of thorough documentation and reporting for ammunition-related projects to uphold rigorous standards and compliance throughout the contracting process.
    The Engineering Data List document outlines specifications related to the ACES II system, specifically components such as the impulse cartridge and gas generator, manufactured by The Boeing Company. It provides essential details including the National Stock Numbers (NSNs), CAGE codes, and reference numbers, as well as the names of data technicians responsible for each entry. The document records various revisions and includes procurement specifications pertinent to military equipment. It specifies the release conditions of this data to foreign entities, requiring approval from the Foreign Disclosure Office. Additionally, the document distinguishes data classifications, indicating which items are classified, furnished with solicitation, or require a stable base drawing upon contract award. This structured data compilation is vital for defense procurement processes, ensuring compliance and regulation adherence in acquiring critical technological components for military applications.
    This government document signifies an amendment to the solicitation FA821324R3023 for a contract managed by the Department of the Air Force. The primary purpose of this amendment is to extend the solicitation response date from July 26, 2024, to August 13, 2025, allowing more time for interested parties to submit their proposals. The amendment outlines specific requirements for two types of bids related to the procurement of ejection seat components: the Harness Release Cartridge and the Gas Generator, Gyro Spin Up, both categorized as critical safety items due to their role in military aviation systems. The document details delivery quantities, inspection, and quality assurance standards, and underscores adherence to regulations such as the Buy American Act. It also includes mandatory clauses concerning safety protocols and certification requirements for contractors. The structure is organized into sections, detailing contracting information, item descriptions, and compliance stipulations. Overall, this amendment reflects the Air Force's ongoing commitment to secure essential components while ensuring regulatory compliance and supplier accountability.
    This document is Amendment FA8213-24-R-3023-0002 to a solicitation issued by the Department of the Air Force, Directorate of Contracting. Its primary purpose is to extend the proposal submission deadline from August 13, 2025, to September 18, 2025, both at 2:00 PM MST. The amendment also authorizes expedited delivery at no additional cost to the government and restricts qualified sources to Rockwell Collins, Inc. and Chemring Energetic Devices, Inc. Additionally, it specifies that physical item markings must comply with CAD/PAD Item Marking Instructions version 1.6 dated March 6, 2023. All other terms and conditions of the original solicitation remain unchanged.
    The document outlines a government Request for Proposal (RFP) for the acquisition of explosive components related to aircraft ejection systems. The RFP, identified by solicitation number FA8213-24-R-3023, is aimed at securing supplies including Harness Release Cartridges and Gas Generators used in life support ballistic devices. The acquisition caters to both small and large businesses, with provisions for small business set-asides. The RFP specifies the contract conditions, including a 120-day price firm period if accepted. Offers must be submitted by July 26, 2024, at 5:00 PM, and include detailed pricing information and delivery schedules. The document also emphasizes compliance with quality assurance standards and inspection requirements. Notably, items under this procurement are classified as hazardous materials, necessitating adherence to strict handling and shipping protocols. The contract stipulates that inspections will occur at the contractor’s origin, with acceptance reports required upon delivery. Ultimately, this RFP reflects the Department of the Air Force's ongoing efforts to maintain and upgrade its life support systems by obtaining compliant and reliable components while supporting small business participation in federal contracting.
    This document contains specifications for various military parts associated with the ACES II ejection seat, primarily concerning impulse cartridges and gas generators for aircraft egress systems. Key items include an "Impulse Cartridge" (NSN 1377010528206ES) and two "Gas Generators" (NSN 1377010530537ES and NSN 1377013193847ES), all used in the ejection mechanism for aircrew safety. The impulse cartridge aids in releasing restraint systems during ejection, while the gas generators facilitate the egress of aircraft personnel. Each item features detailed physical dimensions, materials, and functionality, highlighting safety-critical components and compliance with material compatibility for energetic substances. The document cites multiple points of contact within military organizations (e.g., AFLCMC and CBSG) and includes specific ratings such as criticality and demilitarization codes. Adherence to safety protocols and specifications is emphasized, reflecting the items' importance in military operations and personnel safety. This descriptive categorization aligns with the government's procurement practices for defense materials.
    The Statement of Work outlines the responsibilities of the contractor related to the preservation, packaging, and marking of items for U.S. Department of Defense (DoD) contracts. It mandates compliance with military and international packaging standards, including AFMCI 24-201, MIL-STD-2073-1 for military packaging, and ISPM 15 for wood packaging materials. Contractors must apply specific identification procedures for electrostatic sensitive devices and ensure hazardous materials meet extensive regulatory requirements from international and national agencies. The document emphasizes the proper use and maintenance of reusable containers and details the protocol for reporting any discrepancies in the packaging process. Furthermore, it directs contractors to utilize the Special Packaging Instructions Retrieval & Exchange System (SPIRES) and the ASSIST website for access to relevant specifications and standards. The overarching goal of the Statement of Work is to ensure effective, compliant packaging practices that guarantee material safety and regulatory adherence throughout logistical operations within the DoD.
    The REPSHIP Data Requirements outline the necessary documentation for individual shipments of hazardous materials (HAZMAT) within and from the Continental United States (CONUS) to overseas locations. It is aimed at ensuring compliance with transportation protocols for HAZMAT and inert component parts. The report details essential shipment data, including shipment date, estimated time of arrival, carrier information, necessary security classifications, and total explosive weights. In cases of multiple shipment units, each unit's information must be documented separately, while multiple conveyances for a single vessel are summarized in a single report. Additionally, codes for logistical administration of ammunition like the Department of Defense Identification Code (DODIC) are noted but not mandatory. The document is aimed at shipping activities and regulatory bodies involved in the transportation of hazardous materials, ensuring safety and compliance during transit. Ultimately, this guidance reflects the government's commitment to secure and accurate HAZMAT shipping protocols across varying jurisdictions.
    This government file outlines instructions and conditions for offerors responding to an acquisition, emphasizing that only qualified sources will be considered. Proposals from non-qualified sources will not be accepted if a qualification package is not submitted and approved before the award. The document details specific proposal preparation guidelines, including formatting requirements for electronic submissions, the need for sufficient detail, and the proposal's acceptance and validity dates. It also clarifies that the Contracting Officer and contract specialist are the sole points of contact for inquiries and outlines procedures for debriefings. Evaluation criteria include technical factors, such as being a qualified vendor and submitting a comprehensive project schedule with a Work Breakdown Structure, milestones, and task durations. The price proposal requires completion of Section B, and offerors must submit all required contract documentation, including a signed solicitation and completed Sections A through K. Any exceptions to terms and conditions must be clearly identified and justified.
    Section M of the government file details the evaluation factors for awarding a federal contract, emphasizing a best-value source selection in accordance with FAR 15.3. The award will prioritize an integrated assessment of Technical/Technical Risk and Cost/Price. The government intends to award one contract without discussions, but reserves the right to conduct them if necessary. Proposals will be evaluated on two main factors: Technical (with subfactors for Qualified Vendor and Schedule) and Cost/Price. Technical subfactor 1 (Qualified Vendor) is rated acceptable/unacceptable, while subfactor 2 (Schedule) uses a color/adjectival rating system (Outstanding to Unacceptable). Technical risk is also assessed (Low to Unacceptable). All non-cost factors combined are significantly more important than cost. Only qualified offerors will be considered, with cost/price evaluated for reasonableness and Total Evaluated Price (TEP) to determine the best value.
    This document outlines the instructions and requirements for submitting proposals in response to a federal acquisition, specifically directed towards qualified sources for an Air Force project. It emphasizes that only proposals from vendors that have submitted and received acceptance of qualification packages will be considered, underscoring the importance of pre-qualification. The Contracting Officer (CO) anticipates adequate price competition; however, if that changes, additional data may be required to determine price reasonableness. Offerors must follow specific guidance for proposal submission, ensuring clarity, detail, and compliance with outlined formats, particularly in electronic submissions. Key components include providing a project schedule that demonstrates an understanding of project scope, including a Work Breakdown Structure (WBS), clearly defined milestones, and realistic task durations. Evaluation criteria consist of two main factors: Technical and Price Proposal, addressing vendor qualification and submission format for pricing information. Offerors must also include completed contractual documents and specifics on any exceptions to the solicitation terms. Overall, this document serves as a comprehensive guide to preparing and submitting proposals, focusing on regulations that ensure fairness, competitive pricing, and compliance with governmental standards.
    The document outlines the evaluation factors for contract awards under a government Request for Proposal (RFP) process, emphasizing a best value source selection based on technical merit and cost. The government intends to award the contract to the proposal deemed most advantageous, potentially without discussions, highlighting the importance of initially submitting the best price. Evaluations involve two primary factors: Technical and Cost/Price. The Technical factor assesses vendor qualifications and project scheduling, focusing on a clear understanding of the project scope. A proposal must be deemed 'Acceptable' or 'Unacceptable' based on technical requirements, and risks associated with proposals are categorized as Low, Moderate, High, or Unacceptable. The Cost/Price factor evaluates the reasonableness of the offeror's proposal through various analyses, leading to the Total Evaluated Price (TEP), which will be the basis for the award decision. Only offers from qualified vendors will be considered, with an emphasis on compliance with solicitation requirements. Overall, the document sets structured parameters for evaluation aimed at ensuring quality and value in government contracting.
    This document serves as a guideline for the packaging, marking, and hazard classification of munition items and wooden packaging materials in compliance with various military and international standards. It specifies that for Level A packaging, Level B items must be overboxed in Level A containers, with proper filler used to secure contents. It emphasizes the necessity for Level A protection due to potential damage during global transport and storage, particularly for security assistance items. Additionally, the document outlines the United Nations' requirements regarding Wood Packaging Materials (WPM), underlining measures to prevent the spread of invasive species. All wooden materials used for shipments must include heat-treated wood and require certification by accredited agencies. Compliance with ISPM No. 15 is mandatory, detailing the regulations for wood packaging in international trade. The document reinforces the importance of following Department of Defense regulations to ensure safety and security in munition handling and transport.
    The document pertains to federal and state RFPs (Requests for Proposals) and grant opportunities, focusing on key funding initiatives aimed at enhancing public services. It outlines proposed projects that aim to improve infrastructure and community services, detailing eligibility criteria for applicants, performance expectations, and reporting requirements. The structure emphasizes the distinct categories of RFPs and grants, providing guidance on submission processes and evaluation criteria. The core purpose is to solicit bids and proposals from eligible entities, emphasizing the importance of compliance with federal guidelines and local regulations. Furthermore, the document highlights the necessity for thorough planning, budget considerations, and partnerships with various stakeholders to ensure successful project execution. Overall, it serves as a crucial resource for potential applicants, providing essential information on funding opportunities, project scopes, and the governmental support available to enhance community welfare through strategic initiatives.
    The Statement of Objectives (SOO) outlines the U.S. Government's requirement for a reliable source of aircraft egress system components, specifically Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD) items. These critical safety items are essential for aircrew and personnel safety, making timely delivery paramount to operational readiness. The Government seeks proposals from qualified offerors demonstrating a clear understanding of the project, a technically sound approach, a reasonable schedule, and competitive pricing. Offerors must detail their technical approach, including manufacturing, quality control, innovative solutions, relevant experience, and risk mitigation strategies. Proposals must also include a clear schedule with key deliverables and milestones, a Work Breakdown Structure (WBS), and a plan for monthly updates on progress and potential delays. The information should be presented in common software formats.
    The Statement of Objectives (SOO) outlines the government's intention to procure and sustain aircraft egress system components, specifically Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD), which are critical safety items on military platforms. The government seeks reliable suppliers to ensure timely delivery, as delays may jeopardize operational readiness and personnel safety. Interested offerors must demonstrate a sound technical approach, relevant experience, and the ability to meet specified timelines through a comprehensive proposal. Key proposal components include a detailed technical approach, a clear Work Breakdown Structure, reasonable evaluation of task durations, and a plan for monthly progress updates to monitor performance against the schedule. The format for proposals should be in common software such as Excel or Word, ensuring that information is easily interpreted by the government. Overall, the SOO emphasizes the importance of safety, readiness, and adherence to stringent delivery standards in the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    T-38 Egress Components (REMAN)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the procurement of egress components for the T-38 aircraft. The components required include the MPI Assembly Rocket Motor, B.T.R.U. Assembly, MPI Assembly D.D.U., Timer Assembly (Auto Backup), and Time Delay Unit, which are critical for the operational safety and functionality of the T-38C aircraft. This market research aims to determine if there are responsible sources capable of providing these components, with a focus on small businesses, including those that are 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned. Interested parties must respond by 3:00 PM on December 19, 2025, and can direct inquiries to Lauren Johnston at lauren.johnston.4@us.af.mil.
    GEARBOX,LANDING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    Servocyclinder
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    F-110 Gearbox, Accessory D
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the F-110 Gearbox, Accessory D, which is critical for military or space applications. The contract will involve acquiring a total of 40 units, with a minimum order of 20 and a maximum of 60, to be delivered by January 21, 2026, highlighting the importance of this item as a Critical Safety Item. The government intends to solicit and negotiate with a limited number of sources, specifically General Electric Company, due to the limited availability of responsible sources, and all interested parties may submit capability statements within 45 days of the solicitation's release, which is expected on September 5, 2025. For further inquiries, interested vendors can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    LAU PAGS FIELD REPA
    Dept Of Defense
    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.
    F-100 Tube Assembly, Metal
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of F-100 Tube Assembly, Metal, designated as a Critical Safety Item. The requirement includes a total of 12 units, with an estimated Request for Proposal (RFP) issue date of September 5, 2025, and a close date of October 6, 2025, for delivery by December 31, 2026. This assembly is crucial for aircraft engine operations, and the government intends to negotiate with a limited number of sources, primarily RTX Corporation, due to the specialized nature of the item. Interested parties should direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112, and all proposals submitted within 45 days will be considered.
    F-100 Case, Compressor, Air
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    FD2030-24-01396
    Dept Of Defense
    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.
    COMPENSATOR, HYDRAULIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of hydraulic compensators for E-2 and C-2 aircrafts. The contract, which is an Indefinite Quantity Contract, requires the delivery of 40 units over a five-year base period, with a delivery schedule of 228 days after receipt of order. These components are critical for aircraft operations, emphasizing the importance of reliability and performance in military applications. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 22, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.