F-15 FMS Ejection Seat Mode Selector
ID: FA8213-26-Q-3000Type: 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, through the Department of the Air Force, is soliciting bids for the procurement of F-15 FMS Ejection Seat Mode Selectors, classified as critical safety items. The solicitation, identified as FA8213-26-Q-3000, requires offerors to submit proposals for two bidding options: Bid A, which necessitates a First Article and associated testing, and Bid B, which does not require a First Article. These components are vital for the safety and functionality of military aircraft ejection systems, underscoring their importance in emergency situations. Interested parties must submit their offers by October 30, 2025, at 5:00 PM, and can direct inquiries to primary contact Abbigail Clawson at abbigail.clawson@us.af.mil or secondary contact Cole Sposato at cole.sposato.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the specifications for airmunition (NSN: 1377-00-349-3943ES, Alt: 1377-01-437-4075ES, Alt: 1377-01-479-9295ES, DODIC: UY68), covering crucial aspects from shipment to manufacturing and testing. Key requirements include advanced Report of Shipment (REPSHIP) submission, proper Ammunition Data Cards (ADC), and item marking per CAD/PAD Item Marking Instruction Version 1.6. Hazard classification information, including Class/Division 1.4S and UN 0367, is detailed, with specific Net Explosive Weights (NEW) for each item. All Engineering Change Proposals (ECPs), Notices of Revisions (NORs), and Requests For Variances (RFVs) must comply with EIA-649-B. Items must pass gross and fine leak checks, with a Lot Acceptance Test Plan (LATP/ATP) requiring Hill AFB engineering approval 90 days prior to testing. The contractor must provide a Lot Acceptance Test/Inspection Report in WAWF. In case of end-item failure, the PCO/ACO and Air Force Engineering Organization (AFLCMC/EBHJ) must be notified within one business day, followed by a Failure Summary and Analysis Report. Hexanitrostilbene (HNS) explosive material, if used, must meet Government Document WS5003F requirements. Energetic materials and components, including raw ingredients, cannot exceed 24 months from the manufacturing date unless waived by the government. Percussion primers require certification/recertification within 24 months and specific storage conditions. This item is designated a Critical Safety Item (CSI), requiring government engineer approval for Material Review Board (MRB) decisions. Production lot test samples are subject to government quality assurance, with specific guidelines for selecting samples with cosmetic defects. Rework or repair of nonconforming material requires EBH procurement engineering authority approval. First Article Test/Inspection Reports and Plans are required. The contractor must provide Obsolescence Alert Notices and Diminishing Manufacturing Sources and Material Shortages (DMSMS) Health Assessment Reports. Contracts involving ammunition and explosives must comply with DFARS Title 48 Part 252.223-7002 and 252.223-7003, and AFMAN 24-204(I) for air shipments of explosives. Quality programs must adhere to ISO 9001:2015 or AS9100 standards, and radiographic equipment must meet ASTM standards, with certified Level II or III radiographers. Correct identification and nomenclature are mandatory for all items and shipping containers.
    This document details three versions of a "SELECTOR, EJECTION S" component used in F-15 B/D/E aircraft. Each entry provides identical specifications, including NSN, CAGE, reference number, and technical order (TO) number 11P22-2-7. The component is classified with a criticality code of "F," demilitarization code "G," and security code "7." Initiated by KEOME.L.MADDEN1 from AFLCMC / EBHJ, its dimensions are 8.5160 inches in length, 3.0000 inches in width, 3.2500 inches in height, and it weighs 1.2000 lbs. Constructed from Explosive 1.4S and machined aluminum, the selector functions as a three-position switch for SMDC input, directing to one of three outputs based on the selected mode. Legacy descriptions mention it as an aircraft ejection system ballistic device with a 0.0003 lbs explosive charge. The document consistently lists these details, highlighting the component's critical role and material composition.
    The document is an Engineering Data List (EDL) for F-15 Munitions, specifically detailing the 'SELECTOR, EJECTION SEQUENCE' component, manufactured by THE BOEING COMPANY. It outlines engineering drawings and accompanying documents, including a classified document (PS68-710080), an F-15 Finish Specification (68A900000), and an Identification Plate (63C32092). The EDL also specifies furnishing methods for these documents, such as being furnished with solicitation or contract award, and notes that some data may not be available or provided by the vendor. A critical remark throughout the document states that the release of this data to foreign-owned, controlled, or influenced companies requires approval from the Foreign Disclosure Office. The document was revised multiple times in December 2022, indicating ongoing management and updates to the engineering data.
    This document is a Contract Data Requirements List (CDRL) for the FD2020-25-50051 contract, outlining data deliverables for ammunition-related systems (1377-00-349-3943ES, 1377-01-437-4075ES, 1377-01-479-9295ES). It details nine data items: Ammunition Data Card (A001), Engineering Change Proposal (A002), Notice of Revision (A003), Request for Variance (A004), Lot Acceptance Test Plan (A005), Test/Inspection Report (A006), Failure Summary & Analysis Report (A007), Obsolescence Alert Notice (A008), and Diminishing Manufacturing Sources and Material Shortages (DMSMS) Health Assessment Report (A009), along with First Article Test/Inspection Procedures and Report (B001) and First Article Test/Inspection Procedures and Plan (B002). Each item specifies authority, submission frequency, distribution, and remarks, including electronic submission via WAWF and email, approval timelines, and distribution restrictions due to export control. The document emphasizes adherence to specifications and outlines government review processes for all submissions.
    The government aims to secure a reliable supplier for aircraft egress system components, specifically Critical Safety Items (CSIs) like Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD). These components are vital for emergency egress and personnel safety on military platforms. The government seeks proposals from qualified offerors demonstrating a clear understanding of requirements, a technically sound approach, a reasonable schedule, and a competitive price. Proposals must detail the technical approach, including manufacturing and quality control, relevant experience, risk mitigation, a comprehensive schedule with a Work Breakdown Structure, and a plan for monthly updates. Deliverables are expected within specified timeframes, and monthly updates will track progress against milestones.
    The provided government file, likely an attachment or cover page for a larger document related to federal government RFPs, federal grants, or state and local RFPs, is not an actionable request for information. Instead, it is a technical instruction for optimal viewing, stating, "For the best experience, open this PDF portfolio in Acrobat X or Adobe Reader X, or later. Get Adobe Reader Now!" The document's main purpose is to guide the user to the appropriate software for accessing the full content of the PDF portfolio, indicating that the actual substance of the government file is contained within the PDF that requires specific software to be opened. It contains no information regarding grants, RFPs, or any programmatic content.
    The AFMC FORM 158 document outlines comprehensive packaging and marking requirements for government contracts, referencing MIL-STD-2073-1 and ASTM D3951 for preservation and packing standards. It details instructions for contracting officers on vendor packaging, specifying requirements for Item ID, Quantity Per Unit Pack (QUP), and various military and commercial standards. The document also addresses specialized containers, hazardous materials packaging (adhering to FAR clauses and regulations like CFR Title 49 and AFMAN 24-604), and coded packaging data. A key component is the strict adherence to International Standards for Phytosanitary Measures No. 15 (ISPM No. 15) for all wooden packaging materials, mandating debarked, heat-treated wood and certification by an ALSC-recognized agency to prevent invasive species. These guidelines ensure compliance, safety, and efficient logistics for government procurements.
    This document outlines instructions and conditions for offerors responding to a government acquisition, focusing on federal RFPs. Key aspects include a mandatory qualification package for new sources, the Contracting Officer's determination of adequate price competition, and detailed proposal submission guidelines. Proposals must be clear, concise, and submitted electronically in specified formats. Offerors are instructed to include a signed solicitation, complete all required sections (A, B, F, I, K), and clearly identify any exceptions to terms and conditions with rationale. Evaluation criteria cover technical factors, specifically vendor qualification and a detailed project schedule with a Work Breakdown Structure, milestones, and task durations, and price reasonableness. The document emphasizes the importance of a comprehensive and compliant proposal for consideration.
    The Department of the Air Force's 448 Supply Chain Management Wing issued a memorandum on March 14, 2025, detailing new procedures for obtaining data packages (bid sets) for solicitations. To reduce costs and improve proficiency, the Engineering Data Services Center will no longer attach data packages to Purchase Request (PR) Official Files. Instead, the Solicitation Office will distribute bid sets, and a master set of the PR data package will be maintained with the latest revision. Web-based solicitation data packages are available on SAM.gov, with a help desk provided for registration. For requests requiring a physical CD or for questions regarding data, individuals can use the Engineering Data Service Center's online request link, with responses expected within two working days. For further inquiries, contact AFLCMC/LZPEF.
    The document outlines the data requirements for a Report of Shipment (REPSHIP) of hazardous materials (HAZMAT) and inert component parts, applicable for shipments within CONUS, CONUS to overseas, or from all overseas locations. It specifies 15 mandatory data elements for the REPSHIP, including shipment and estimated arrival dates (Julian calendar), Required Delivery Date, carrier information, Bill of Lading (BL) Number, various release numbers (MTX-GS, Air Release, ETR), cargo name, container and seal details (TCN, total weight, rounds, pieces, weight, cube, condition code, lot numbers), Security Risk Category (SRC), Controlled Item Inventory Code (CIIC), Total Net Explosive Weight (NEW), Hazard Classifications, and DODIC/NALC. It also requires the name and contact information of the person responsible for the REPSHIP information. Notes clarify conditions for repeating data elements for multiple shipment units or conveyances, the use of separate REPSHIPs for different modes of shipment, and that lot number, DODIC, and NALC are not mandatory but can be included. Weapons must be identified by serial number on the CBL. This detailed reporting ensures proper tracking, security, and logistics administration for HAZMAT shipments.
    Attachment 2 outlines the requirements for preparing Ammunition Data Cards (ADCs) for the USAF & USN CAD/PAD program, adhering to MIL-STD-1168 and the Worldwide Ammunition-data Repository Program (WARP) format. It details traceability standards for energetic materials and hardware components, requiring original manufacturer's information or qualified distributor documentation. Contractors must ensure all data is searchable in WARP, listing actual manufacturer part numbers and lot numbers. A sample ADC needs approval before production lot ADCs can be submitted via WARP for government review and acceptance. The document also provides access procedures for MHP-WARP and emphasizes the contractor's responsibility for obtaining necessary digital certificates. Email notifications facilitate the approval process, and producers must inform system administrators of new contracts.
    The CAD/PAD Item Marking Instruction, Version 1.6, dated March 6, 2023, outlines mandatory marking requirements for Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) components. The primary purpose is to implement Item Unique Identification (IUID) policies mandated by the Under Secretary of Defense, ensuring all CAD/PAD items, regardless of dollar value, are serially managed in aircraft maintenance data systems. This instruction is applicable to both new production and remanufactured components, requiring both Human Readable Information (HRI) and Machine Readable Information (MRI) using Data Matrix ECC 200 as the standard format. Specific HRI data, such as item nomenclature, CAGE code, lot number, serial number, and part number, are required. MRI data constructs use Data Identifiers for CAGE, part number, serial number, lot number, and date of manufacture in Julian Date format. The document details placement of UID markings on data plates, labels, or directly on items, with special provisions for small items and kit components. For F-35 components, additional Electronic Equipment Logbook (EEL) submission requirements are outlined, with specific lot number formatting. Waivers to the UID requirement are not permitted.
    The Statement of Work outlines comprehensive preservation, packaging, and marking requirements for offerors, primarily for military and government-related materials. It mandates adherence to various Department of Defense (DoD) military standards, such as MIL-STD-2073-1 for military packaging, MIL-STD-129 for military marking, and MIL-STD-147 for palletized unit loads. The document also specifies the use of ASTM D3951 for commercial packaging and ISPM 15 for international wood packaging. Special provisions are included for hazardous materials, requiring compliance with ICAO, CFR Title 49, IATA, and IMDG codes, along with FED-STD-313 for Safety Data Sheets. Requirements for electrostatic materials, specialized shipping containers (MIL-STD-648), reusable containers, and reporting discrepancies via WebSDR are also detailed. The document directs contractors to use the ASSIST website for accessing specifications and provides contact information for inquiries. The overarching goal is to ensure proper, safe, and compliant handling, packaging, and shipment of diverse materials for government activities.
    The document is a brief technical note indicating that the PDF portfolio is best viewed in Adobe Acrobat X or Adobe Reader X, or later versions. It also provides a prompt to download Adobe Reader. This note serves as a technical instruction for optimal viewing of the file, which could be part of a larger government document such as an RFP, federal grant application, or state/local RFP, where proper document viewing is essential for accessing critical information.
    The provided government files outline the "Recommended Quality Assurance Provisions and Special Inspection Requirements" for airmunitions procurements, specifically for "Mode Selector, Ejection Sequencing" components (P/N 50905-3, 826213-01, and 6139100). The primary purpose is to mandate source inspection for these items due to the severe safety consequences of defective or improperly marked explosives, which could lead to maiming or death. This requirement is in accordance with AFMCI 23-102, paragraph 14.2.1, and FAR 46.402(f). Contracts, particularly those under $250,000, for explosive components in ammunition, precision-guided weapons, and combat aircraft ejection seats necessitate this stringent quality assurance. Certification to ISO 9001:2015 or an equivalent quality management system is acceptable. The documents also confirm that these procurements do not require the use of Class I Ozone Depleting Substances (ODS) and that quality provisions cannot be downgraded without Technical Authority coordination.
    The provided file is not a government document or an RFP, but rather a technical note indicating that the PDF portfolio is best viewed in Adobe Acrobat X or Adobe Reader X, or later versions. It also suggests obtaining Adobe Reader for optimal experience. Therefore, this document does not contain any information relevant to government RFPs, federal grants, or state/local RFPs.
    This document is a Request for Quotation (RFQ) issued by the Department of the Air Force for "Eject Sequence Mode Selectors," designated as critical safety items. The RFQ, FA8213-26-Q-3000, details requirements for two bids: Bid A, which necessitates a First Article (FA) and associated testing, and Bid B, where a First Article is not required. Both bids include quantities of the item and require compliance with ISO 9001-2015 for quality assurance. The solicitation also outlines various clauses covering hazardous materials (specifically Fuzes, Bomb), electronic payment via WAWF, foreign military sales restrictions (notably for Saudi Arabia), and mandates for unique item identification. Offerors must be approved sources and submit qualification packages if they are new sources. The deadline for offers is October 30, 2025, at 5:00 PM.
    This government file outlines the evaluation factors and methodology for awarding a contract, based on Federal Acquisition Regulation (FAR) 15.3. The selection process prioritizes the "best overall offer" through an integrated assessment of technical/technical risk and cost/price, with non-cost factors being significantly more important. The government intends to award a single contract but reserves the right to decline all proposals. Proposals will be evaluated on Factor 1: Technical (Qualified Vendor and Schedule) and Factor 2: Cost/Price. Technical subfactor 1 is rated acceptable/unacceptable, while subfactor 2 receives a color/adjectival rating. Technical risk is also assessed (low, moderate, high, unacceptable). Only qualified offerors will be considered, and discussions may be held if deemed necessary. Cost/price proposals will be evaluated for reasonableness and Total Evaluated Price (TEP).
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    New Manufacture F15/Valve, Solenoid
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the sole source acquisition of 198 F-15 Solenoid Valves from Meggit North Hollywood, Inc. This procurement is critical for the F-15 aircraft's fuel tank pressurization system, requiring compliance with specific delivery timelines, including an initial delivery of 50 units by May 31, 2026, and the final 48 units by August 31, 2026. Interested contractors must adhere to cybersecurity requirements and submit their offers electronically by January 7, 2026, with funding contingent on fiscal year 2026 availability. For further inquiries, potential bidders can contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or by phone at 405-739-4809.
    AIRCRAFT EAGLE F-15, SCREW, ACTUATING, ACTUATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Aircraft Eagle F-15 Actuating Screw Actuator, identified by NSN 1560-00-298-8901. This opportunity involves an Indefinite Quantity Contract with a duration of five years, requiring an estimated annual quantity of 10 units, with a total delivery schedule of 365 days for production. The actuator is a critical component for the F-15 aircraft, and the procurement is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should submit their proposals to the provided fax number and can access the solicitation on the DLA Internet Bid Board System, with the issue date expected around November 22, 2026. For further inquiries, contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    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.
    SEAT, SHUTOFF VALVE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of shutoff valves for the F-15EX aircraft. This solicitation involves an Indefinite Quantity Contract for the supply of 120 units over a five-year base period, with a delivery schedule of 205 days after receipt of order. The shutoff valves are critical components used in aircraft hydraulic systems, underscoring their importance in maintaining operational readiness and safety. Interested suppliers 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.
    Request for Proposal Amendment 3: F-15E Control Panel Assembly; NSN: 1290-01-395-2696FX
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the F-15E Control Panel Assembly, identified by NSN 1290-01-395-2696FX, with the procurement managed by DLA Aviation at Warner Robins, Georgia. This opportunity has been amended to extend the proposal submission deadline from November 4, 2025, to December 17, 2025, requiring all offers to acknowledge receipt of this amendment to avoid rejection. The F-15E Control Panel Assembly is critical for the operational capabilities of the F-15E aircraft, underscoring its importance in military aviation. Interested parties should direct inquiries to Vanessa Moes or Victor Henderson via their respective emails, and ensure compliance with the amendment requirements by the new deadline.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    HOUSING, ANTIFRICTIO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of "Housing, Antifriction" (NSN: 2840-00-343-7601 NZ), a critical safety item for the F100 engine. Bidders must submit quotes for both Bid A, which requires a First Article Test, and Bid B, which does not, with specific deliverables outlined for each bid type, including test plans and production units. This procurement is vital for maintaining the operational integrity of military aircraft, and the contract is not set aside for small businesses. Interested parties should note that the deadline for submitting proposals has been extended to December 8, 2025, at 3:00 PM CST, and can reach out to the primary contact, 423 SCMS Workflow, at 423scms.workflow@us.af.mil for further inquiries.
    Power Control Assem
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking offers for the procurement of "Power Control Assem" units, which are critical for providing emergency power to aircraft. The solicitation, identified as RFQ SPRTA1-26-Q-0096, includes two bidding options: Bid A, which does not require a First Article, and Bid B, which mandates the submission of a First Article Test Plan and Report. These units are essential for various delivery points, including those related to Foreign Military Sales (FMS), and require compliance with Unique Item Identification (UID) markings as per MIL-STD-130. Interested contractors must be "EXPORT CONTROLLED" certified to access the necessary drawings and adhere to various FAR and DFARS clauses. Offers are due by December 8, 2025, and must be submitted electronically; for further inquiries, contact Debra Slasor at debra.slasor@us.af.mil.
    Remanufacture of F-15 Butterfly Valve
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Butterfly Valves under a total small business set-aside contract. This five-year firm fixed-price requirements contract includes a three-year basic period and a two-year option period, requiring contractors to restore the valves to a like-new condition through disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. The valves are critical components for controlling cabin airflow in F-15 aircraft, emphasizing the importance of quality and compliance with stringent technical and safety standards. Proposals are due by December 15, 2025, and interested vendors should contact Cliff Morgan at clifford.morgan.8@us.af.mil or Amy Gil at amy.gil@us.af.mil for further information.
    ACTUATOR, ELECTRO-MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of electro-mechanical actuators specifically designed for F-16 A/B canopies. This Request for Proposal (RFP), identified as SPRTA1-26-R-0033, seeks to acquire between 4 to 24 units of new manufactured material under firm-fixed-price terms, with a delivery deadline set for February 11, 2027. The procurement is critical for maintaining operational readiness of the F-16 aircraft, emphasizing compliance with federal acquisition regulations, including cybersecurity standards and restrictions on foreign purchases. Interested vendors must submit their proposals by December 8, 2025, at 3:00 PM, and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.