F-16 Canopy-Jettisoned Rocket Motors (CJRMs) - FMS requirements for CAD/PAD
ID: FA8213-24-R-3029Type: 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 soliciting proposals for the procurement of F-16 Canopy-Jettisoned Rocket Motors (CJRMs) under solicitation number FA8213-24-R-3029. This procurement aims to fulfill Foreign Military Sales (FMS) requirements for Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD), which are critical for ensuring the safety and operational readiness of military aircraft. The selected contractor will be responsible for adhering to stringent technical specifications and quality assurance measures, with proposals evaluated based on technical capability, risk, and cost. Interested parties must submit their proposals by September 26, 2025, and can direct inquiries to primary contact Shasta Selwood at shasta.selwood@us.af.mil or secondary contact Sharon Davis at sharon.davis.16@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the preparation of Ammunition Data Cards (ADC) by the USAF and USN, adhering to MIL-STD-1168 and tailored to the CAD/PAD program requirements. It emphasizes the necessity of traceability for all energetic materials, including pyrotechnics and explosives, through stringent documentation such as Certificate of Conformance and Quality Assurance Records. Contractors must maintain record accuracy when listing their internal part numbers alongside original manufacturer details. The ADC process involves generating a sample for government review, which must be approved before production lot submissions can occur. Additionally, the document specifies access procedures for the Worldwide Ammunition-data Repository Program (WARP) and highlights the importance of timely updates regarding new contracts. The SOW ensures compliance and traceability for ammunition data, facilitating quality assurance in munitions management, essential for government procurement processes.
    The CAD/PAD Item Marking Instruction, Version 1.6, outlines the Department of Defense's requirements for marking Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) with Unique Item Identifiers (IUID) to enhance aircraft maintenance data accuracy. The document establishes marking guidelines applicable to suppliers of both new and remanufactured components. Key marking requirements include both Human Readable Information (HRI) and Machine Readable Information (MRI), with specific data elements mandated such as the item nomenclature, manufacturer's CAGE code, lot number, and serial number. The preferred method for marking is to integrate IUID markings into existing data plates or labels, accommodating various item sizes and shapes. Additionally, it addresses marking for components delivered in kits, stating that individual components require unique identifiers while kits will have a shared serial number. Notably, requests for waivers to the IUID marking method are generally not permitted. The purpose of these specifications is to ensure consistency and traceability across military defense items, aligning with broader government procurement practices while enhancing logistical and maintenance efficiency for military operations.
    The document serves as a Contract Data Requirements List (CDRL) for Contract # FD2020-24-51447, managed by the Air Force Life Cycle Management Center (AFLCMC/EBHJ). It outlines several data items required for the Airmunitions Specification program. Key data items include the Ammunition Data Card (ADC), Engineering Change Proposal (ECP), Notice of Revision (NOR), Request for Variance (RFV), Lot Acceptance Test Plan, Test/Inspection Report, Failure Summary & Analysis Report, Obsolescence Alert Notice, and the Diminishing Manufacturing Sources and Material Shortages (DMSMS) Health Assessment Report. Each data item specifies the required submission format, authorities, distribution statements, and frequency of submissions. The document emphasizes compliance with military specifications and the proper handling of sensitive technical data, with strict guidelines on reporting and submission through the Wide Area Workflow (WAWF) system. The structured approach ensures all deliverables align with prescriptive government requirements, enhancing accountability and facilitating oversight in ammunition management within the U.S. military framework.
    The Engineering Data List documents technical specifications for F-16 munitions, specifically focusing on rocket motors developed by Lockheed Martin Corporation for the 429 SCMS organization. It includes details such as the National Stock Number (NSN), drawing numbers, and various specifications relevant to the assembly of the rocket motor, including critical item development specifications and contractor finish requirements. The file consists of multiple revisions, indicating ongoing updates and amendments to technical data, with data technicians Cordell D. Smith and Mark S. Williams cited as contributors. Each entry emphasizes the importance of compliance with directives governing the release of sensitive data, particularly regarding foreign disclosure, underlining the classified nature of certain documents. The structured approach provides a comprehensive overview of engineering requirements and updates essential for managing munitions associated with military operations, demonstrating adherence to regulatory standards necessary within government RFPs and contracts. The listed specifications support both procurement and development processes while ensuring safety and efficacy in the utilization of military resources.
    This document is an amendment to a solicitation issued by the Department of the Air Force, specifically for Contract ID FA8213-24-R-3029. The main purpose of the amendment is to update certain contractual details and extend the deadline for submittal of proposals. Specifically, the submission date has been moved from September 8, 2025, to September 26, 2025, at 2:00 PM MST. Additionally, there are updates to the part numbers (P/N) for two contract line item numbers (CLINs), which include modifications related to the identification and classification of product numbers associated with specific technical items. The document highlights that while certain timelines and identifiers have changed, all other terms and conditions of the existing solicitation remain in full force and effect. The amendment requires acknowledgement from contractors in specified manners and emphasizes the importance of adhering to the updated submission time frame to avoid rejections of offers. This amendment illustrates the administrative processes involved within government contracting, specifically in the military sector, ensuring clarity and compliance among bidders while enabling modifications necessary for ongoing procurement.
    The document is a Request for Proposal (RFP) from the Department of the Air Force regarding the procurement of explosives manufacturing, specifically rocket motors. It outlines the solicitation number FA8213-24-R-3029, issued on September 8, 2025, with a submission deadline for offers on the same date. The RFP details the requirements for firms interested in bidding, including classifications for small and disadvantaged businesses. Key items to be procured include various types of rocket motors, complete with specifications such as size and performance characteristics, and all items must comply with strict quality assurance measures and marked for Foreign Military Sales to multiple countries. Payment details and the requirement for firms to hold their prices firm for 120 days after the offer submission are also included. The main purpose of this document is to solicit bids for military-grade munitions while ensuring compliance with contract regulations and standards—highlighting the federal government's focus on maintaining rigorous standards in defense procurement while supporting small business participation. Overall, it provides clear guidance on both the delivery of services required and compliance obligations to prospective contractors.
    The document outlines specifications for four models of rocket motors with National Stock Numbers (NSN) and their associated details, such as dimensions, materials, and functionalities. Each item, identified by its unique CAGE and reference numbers, indicates that they are explosive devices used for generating thrust by burning propellant. The criticality codes are recorded as X and Y, stressing their importance in military operations, while all items are categorized under the same demilitarization code, G. The report includes measurements (length, width, height, weight) for the rocket motors, all which share standardized dimensions. Each motor is noted to require government-furnished equipment (GFE) and materials, reflecting their complexity and the need for careful management throughout production and usage. The initiator for this report is Andrew E. Schow, and contact information is provided for further inquiries. Overall, the document serves as a technical specification for procurement, aligning with federal requirements for RFPs and grants related to military armaments.
    The document outlines the Statement of Work for preservation, packaging, and marking requirements in military contexts, emphasizing compliance with numerous Department of Defense (DoD) standards, including MIL-STD 2073-1 for military packaging and MIL-STD 129 for shipment and storage marking. The contractor is responsible for preparing packaging in accordance with various regulations, including those concerning hazardous materials and international phytosanitary measures (ISPM 15). Specific instructions also address the handling and labeling of electrostatic materials as well as the management of reusable shipping containers. Discrepancies in packaging are to be reported through a designated online system, with guidance for submitting Supply Discrepancy Reports. The document references several key federal documents and standards related to safety data sheets for hazardous materials. Its primary objective is to ensure that all packaging and labeling adheres strictly to established military and federal standards, thereby promoting efficiency and safety in shipment and storage operations.
    The document outlines the data requirements for individual shipments of hazardous materials (HAZMAT) and inert component parts within the Continental United States (CONUS) and from or to overseas locations. It specifies the responsibilities of shipping activities, which involve reporting essential shipment information to various parties, including domestic customers and transshipping activities. Key data points include shipment date, estimated time of arrival, required delivery date, carrier information, and specific classification codes related to security and hazardous materials. Additional details such as the total weight, contents, and responsible individual contact must also be provided. The format requires repeated entries for multiple shipments under a single conveyance or those shipped via different modes, with certain data fields marked as optional. This systematic approach aids in logistics management and compliance with federal guidelines for transporting hazardous materials, ensuring accurate tracking and safety during transport.
    The document outlines procedures for addressing nonconforming materials in government contracts, specifically focusing on rework and repair processes. Rework is defined as modifying nonconforming materials to meet all specified requirements, while repair involves making adjustments that do not fully achieve conformity. Contractors are required to document rework and repair procedures, which must be submitted to the Government Quality Assurance Representative (QAR) for approval. The submission must include details about the causes of nonconformance and measures to prevent future occurrences. Additionally, there is a necessity for reinspection of reworked or repaired items, ensuring compliance with reprocessing requirements. The guidelines also emphasize that these procedures extend to contractors’ suppliers, vendors, and subcontractors. Overall, the document establishes necessary compliance measures to maintain quality in government procurement processes, reflecting the importance of adhering to specific materials handling standards in federal and state RFP contexts.
    This document outlines the instructions, conditions, and evaluation criteria for federal acquisition proposals, specifically for an opportunity provided by the Air Force. Offerors must submit qualification packages to be considered, and proposals from non-qualified sources will be disregarded. The Contracting Officer anticipates sufficient price competition; however, if competition diminishes, additional data may be requested for price fairness validation. Proposals must adhere to specific format guidelines, provide detailed information, and meet established deadlines. Acceptable formats include Adobe Acrobat, MS Office Word, and Excel, among others. Evaluation criteria focus on technical qualifications, project scheduling including Work Breakdown Structure and milestone definitions, and price proposal specifications. Offerors are advised to highlight any exceptions to the terms and provide necessary rationales, as non-compliance could lead to disqualification. The contracting officer serves as the primary point of contact for inquiries. Critical review and acceptance procedures are also outlined, emphasizing the importance of clarity, detail, and adherence to specified instructions throughout the proposal process. This solicitation serves to ensure a thorough and competitive environment for potential contractors under federal regulations.
    The document outlines the evaluation criteria for awarding a government contract, emphasizing a best value source selection based on the Federal Acquisition Regulation (FAR) guidelines. Proposals will be assessed through a balanced evaluation of Technical capability, Technical Risk, and Cost/Price, with technical factors considered significantly more important than price. The contract is set to be awarded to one contractor; however, the government may choose not to award if quality or funding is inadequate. Key evaluation factors include Technical qualifications—where proposals must demonstrate adequate vendor qualifications and a clear understanding of project execution schedules—and Cost/Price proposals, which undergo a scrutiny of reasonableness and total evaluated price based on competitive pricing methodologies. Technical proposals are rated from acceptable to unacceptable, alongside risk assessments from low to unacceptable. The document mandates that proposal corrections are at the government's discretion and outlines the possibility of discussions during evaluations to refine offers. In conclusion, the government seeks a comprehensive and reasoned approach to proposals, underscoring the importance of understanding project requirements and demonstrating the capacity to fulfill them efficiently and affordably.
    This document provides detailed guidelines for the packaging and shipment of munitions, emphasizing the necessity of adhering to established safety and regulatory standards. It highlights the requirement for Level A packing for munitions, which entails overboxing Level B packages and ensuring proper hazard classification prior to shipment. The document specifies that if pre-existing packaging maintains integrity, repacking is unnecessary. Additionally, it addresses compliance with international phytosanitary measures concerning wood packaging materials to prevent the spread of invasive species, necessitating that all wooden packaging be heat-treated and certified by an accredited agency. Marking requirements for palletized ammunition loads are also referred to, showcasing the need for clear identification in accordance with military standards. Overall, the document serves as a critical resource for ensuring safe and compliant transportation of sensitive materials within a military logistics context, thereby supporting national security objectives through proper handling protocols.
    The Statement of Objectives (SOO) outlines the government’s goal to procure aircraft egress system components, specifically Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD), critical for ensuring the safety of military personnel during emergencies. The procurement process emphasizes the need for timely delivery to maintain operational readiness. The government plans to award a contract to a qualified vendor demonstrating an understanding of technical requirements, a feasible schedule, and competitive pricing. Offerors are required to present a detailed technical approach, including manufacturing and quality control processes, experience with similar items, and risk mitigation strategies. Additionally, they must provide a clarity of schedule with key deliverables and a comprehensive monthly update plan to report progress against timelines. This SOO reflects the significance of CAD/PAD in enhancing military safety and readiness through a structured procurement process focused on quality and timely execution.
    This document serves as a pre-solicitation synopsis for the CAD/PAD program office, indicating an anticipated award date around September 2024. It is specified that the contract is not set aside for small businesses, and participation is limited to qualified vendors Rockwell Collins, Inc. and Nammo Defense Systems, Inc. The upcoming solicitation is expected to be published on the Governmentwide Point of Entry by July 2024. The procurement involves Canopy-Jettisoned Rocket Motors (CJRMs) with specific part numbers and National Stock Numbers (NSNs), detailing an estimated quantity for order and delivery schedules. Only contractors with an established qualification are eligible for the contract, and submissions from unqualified vendors will not delay the award process. Interested subcontractors are encouraged to contact the main vendors for opportunities. Overall, this notice outlines procurement requirements for specific defense-related technology, emphasizing strict qualifications and timelines while notifying potential participants about subcontracting avenues.
    Similar Opportunities
    F-15 SMDC Initiators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    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.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This contract, which is a Firm-Fixed Price (FFP) single award, is aimed at fulfilling Foreign Military Sales (FMS) requirements for Bulgaria and Taiwan, with specific provisions for first article testing due to the item not being produced in over three years. The selected contractor must comply with AS9100 quality standards and cybersecurity regulations, with delivery of the full quantity required by December 31, 2028. Interested parties should note that the RFQ closing date has been extended to January 6, 2026, at 3 PM M.S.T., and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.
    Fuel Starter
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of 11 F-16 Fuel Starters, identified by NSN 2910-01-135-5681. This acquisition is restricted to qualified sources, specifically AAR (CAGE 1Y249), RTX (CAGE 55820), and Hamilton Sundstrand (CAGE 99167), and is intended for Foreign Military Sales (FMS) customers under FMS Case MO-D-SAH. The Fuel Starters are critical components for the F-16 aircraft, ensuring reliable engine performance and operational readiness. Proposals must be submitted by the specified deadline, with delivery requirements set for June 14, 2027, and interested parties can contact Scottina Malia at scottina.malia@us.af.mil for further information.
    RECEPTACLE ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of a Receptacle Assembly, identified by NSN 1680-01-057-3391. This assembly, primarily used for in-flight refueling on F-16 aircraft, is required in a total quantity of six units, with a minimum delivery of two and a maximum of nine units, to be delivered by November 19, 2027. The solicitation is set to be issued on December 8, 2025, with a closing date of January 8, 2026, and interested parties are encouraged to submit capability statements or proposals to the primary contact, Yasmine Galbiso, at yasmine.galbiso@us.af.mil. The procurement is subject to qualification and export control requirements, and the government will consider all proposals received within 45 days of the notice.
    F-16 Cell, Fuel, Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Ogden, UT, is conducting a Sources Sought notice for the procurement of fuel cells for F-16 aircraft. The primary objective is to gather market research to identify potential sources capable of fulfilling the agency's requirements, while also enhancing small business access and competition in the acquisition process. The procurement involves specific part numbers and an estimated quantity of 20 units, with a delivery schedule set between June and October 2027. Interested parties are encouraged to contact Kody Quayle at kody.quayle@us.af.mil for further information, and must be aware that the qualification process for suppliers may take up to 730 days, with associated costs for testing and equipment potentially reaching $1.25 million.
    F-100 Case, Compressor, Air
    Buyer not available
    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.
    F-100 Tube Assembly, Metal
    Buyer not available
    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.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    Servocyclinder
    Buyer not available
    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.