FMS F-15 ARR Cart
ID: FA821325R3008Type: 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 the Aerial Refueling Receptacle Cartridge (ARR Cart), a critical component used to actuate the aerial refueling thruster in emergency situations for the F-15 aircraft. This procurement is a sole source requirement directed to NAMMO Defense System for "INITIATOR, PROPELLANT ACTUATED" items, with specific quantities designated for Foreign Military Sales (FMS) to countries including Korea, Saudi Arabia, Singapore, and Qatar. The contract emphasizes stringent quality assurance standards, requiring compliance with ISO 9001:2015, and mandates detailed reporting and delivery timelines, with an offer receipt deadline extended to October 29, 2025. Interested contractors can reach out to Stephanie Martin at stephanie.martin.24@us.af.mil or Marc Mattsson at marc.mattsson@us.af.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sources Sought Synopsis from the US Air Force, specifically the Air Force Materiel Command, intending to gather information for potential sourcing related to aerial refueling receptacles. It seeks to assess the market to identify responsible suppliers capable of competing for a contract, potentially including a Small Business Set-Aside. Interested parties are encouraged to submit their small business status under the NAICS code 325920 and provide relevant experience over the past three years. The synopsis specifies the item quantity, required productions, and the need for engineering, manufacturing, inspection, and testing capabilities. Respondents should include details such as company profile, employee count, location, and any teaming arrangements. Importantly, the government clearly states it cannot reimburse for responses and requires that interested offerors possess the necessary data access for manufacturing. Responses are due by April 7, 2025. The synopsis emphasizes collaboration with small businesses, including specific designations like 8(a) and Women-Owned, as part of its acquisition strategy.
    The USAF and USN Ammunition Data Cards (ADC) Statement of Work outlines the requirements for preparing ADCs in compliance with MIL-STD-1168 and tailored to the needs of the Worldwide Ammunition-data Repository Program (WARP). Key elements include the assignment of lot numbers for energetic materials, ensuring documentation traceability through various Certificates of Conformance and Quality Assurance Records. Contractors must include both their internal part numbers and original manufacturer's details to maintain traceability. Additional stipulations address the requirements for hardware components and their traceability but exclude non-critical materials from listing on the ADC. The document details the ADC submission process which starts with a sample ADC submission for government approval, followed by production lot ADCs. The process relies on a digital system that facilitates contractor input and automated notifications to review authorities. Furthermore, contractors are advised to inform the system administrators upon receiving new contracts and obtain the necessary digital certificates for secure access. Overall, the document emphasizes stringent adherence to standards for safety and reliability in ammunition traceability and data management, ensuring compliance throughout the supply chain.
    The document outlines the specifications for a critical component, the CARTRIDGE,IMPULSE (NSN 1377002615371ES), intended for the F-15 aircraft. Initiated by Kenneth G. McCormick from AFLCMC/EBHJ, it provides detailed measurements—including a length of 2.51 inches, a diameter of 0.68 inches, and a weight of 0.24 pounds—indicating its function in emergency aerial refueling. The item, made primarily of steel and electrically initiated, is classified under security code 7, with a demilitarization code of G, indicating its controlled status. The safety-critical nature of this component is underscored by its designation as a threaded component with electrostatic discharge protection (ESD). Additionally, the legacy description connects it to life support systems, noting a minimal explosive charge. Overall, the document serves as a technical reference for contractors interested in the production, supply, or management of this specific military item, highlighting its importance in aviation safety and functionality.
    This Engineering Data List, dated January 6, 2022, outlines specifications for the munitions component known as the Impulse Cartridge, produced by The Boeing Company. The document, associated with CAGE code 76301, includes critical identification information such as the National Stock Number (NSN) and manufacturing reference number. Key documents referenced within include procurement specifications for an aerial thruster and a finish specification for the F-15 aircraft. The data indicates dependent release to foreign companies is subject to approval from the Foreign Disclosure Office, which underscores security considerations tied to U.S. defense contracts. The document is classified and includes various codes indicating the status of the provided information, denoting if it is furnished with solicitation or available upon request. Such documentation is crucial in the context of government Requests for Proposals (RFPs), federal grants, and state/local RFPs, facilitating both compliance and procurement processes for military equipment.
    The document outlines a Contract Data Requirements List (CDRL) for government contracts related to ammunition specifications under Contract/PR No. FD2020-25-50052. It includes nine data items, each indicating specific reporting requirements for contractors. Key items include the Ammunition Data Card (ADC), Engineering Change Proposal (ECP), Notice of Revision (NOR), Request for Variance (RFV), Lot Acceptance Test Plan, and Failure Summary & Analysis Report. Each data item specifies delivery formats, submission deadlines, review periods, and compliance requirements for technical data, emphasizing adherence to federal regulations and export controls. The document aims to ensure systematic data collection and reporting while establishing clear guidelines for contractors in the defense sector. Each item is assigned a frequency of submission, typically as required (ASREQ), and must conform to designated formats. Additional annotations and distribution statements clarify the confidentiality and restricted nature of the data, thereby aligning with relevant laws, including the Arms Export Control Act. Overall, the CDRL establishes a framework for accountability and quality assurance in the management of ammunition contracts within the framework of U.S. government operations.
    This document outlines specifications for a federal government munitions item identified as an "Impulse Cartridge" with ID No. 9622. It falls under the hazardous materials classification system with a Hazard Class of 1.4, denoting explosives that pose a low risk during transport. The shipping description categorizes it as a power device cartridge, with pertinent details regarding its weight—0.0013 lbs (0.00059 kgs)—and shipping designation as "EXPLOSIVE 1.4." The document also includes information regarding tri-service coordination, ensuring compatibility across different military branches. The file lacks details on inhabited building distance, DOD component, and standard remarks, indicating it serves a technical, compliance-focused purpose rather than providing policy guidance. The summary emphasizes the document's role in informing government contracts or requests for proposals (RFPs) involving specific munitions logistics, safety protocols, and regulatory considerations necessary for handling explosives in military contexts.
    This document presents the market research findings for a specific non-complex purchase, the Aerial Refueling Receptacle Cartridge (NSN 1377-00-261-5371), essential for the F-15 aircraft's refueling system. It outlines the limitations within the cartridge actuated devices and propellant actuated devices (CAD/PAD) industry, noting that only a few qualified companies can produce these items due to stringent manufacturing requirements. Continuous communication with industry experts and database inquiries were integral to the research process. The item is deemed non-commercial, yet there are government-specific non-developmental items available. Only one potential supplier, Rockwell Collins, has been identified. The document indicates that the production process for this cartridge is specialized, and interested parties must coordinate with the government and self-fund qualification efforts. Additionally, bundling of this item with other requirements is not anticipated. The findings reinforce the document's focus on identifying qualified sources for specialized defense equipment, consistent with the aim of fulfilling government procurement protocols.
    The memorandum from the Department of the Air Force details changes in the distribution of data packages for purchase requests (PR) related to the solicitation process. In a bid to cut costs and enhance efficiency, the Engineering Data Services Center will cease including the data package with the official PR file. Instead, the Solicitation Office will distribute bid sets, while a master set of the PR data package will be maintained with the current revision available. Interested parties can access web-based solicitation data packages through a designated link and can also request a CD or clarification on data via a specific platform, with responses aimed to be provided within two business days. This change in procedure emphasizes streamlined communication and accessibility for contractors and stakeholders involved in federal acquisitions, which aligns with broader government efforts to optimize procurement processes.
    The "AIRMUNITION SPECIFICATION FD2020-25-50052" outlines detailed requirements for contractors supplying ammunition, specifically NSN: 1377-00-261-5371ES. Key provisions include advanced Report of Shipment (REPSHIP) submissions, mandatory contact with the Defense Contract Management Agency (DCMA) for Foreign Military Sales (FMS) deliveries, and specific Department of Defense Identification Code (DODIC) M948. The document emphasizes precise Ammunition Data Cards (ADC) completion, adherence to CAD/PAD Item Marking Instructions, and strict hazard classification information. Contractors must manage Engineering Change Proposals (ECPs), Notices of Revision (NORs), and Requests For Variances (RFVs) in accordance with EIA-649-B. Items must pass gross and fine leak checks, with a Lot Acceptance Test Plan (LATP/ATP) required for Hill AFB engineering approval. Rigorous Lot Acceptance Test/Inspection Reports are necessary, with immediate notification for any end item failures. The specification also mandates adherence to material age limits for energetic components, traceability to DoD qualified manufacturers, and compliance with ITAR. It designates the item as a Critical Safety Item (CSI), requiring a Government-acceptable quality program (ISO 9001:2015 or AS9100) and specific radiographic standards. Provisions for pre-selected production lot test samples with cosmetic defects are detailed, along with requirements for rework/repair approvals, Obsolescence Alert Notices, and Diminishing Manufacturing Sources and Material Shortages (DMSMS) health assessments. Finally, contracts must include DFARS clauses for ammunition and explosives safety, and for air shipments, compliance with AFMAN 24-604.
    The AIRMUNITION SPECIFICATION FD2020-25-50052 outlines requirements for contractors handling advanced ammunition shipments, emphasizing adherence to regulatory compliance and safety protocols. Key responsibilities include timely submission of Reports of Shipment (REPSHIP) and coordination with the Defense Contract Management Agency (DCMA) for Foreign Military Sales (FMS). Contractors must fill out Ammunition Data Cards, adhere to item marking instructions, and meet strict hazard classification protocols, including DOT shipping labels. The document specifies that all engineering changes and variances must undergo government review, and any explosive materials used must comply with stipulated age and manufacturing guidelines. It highlights the importance of conducting Lot Acceptance Tests, generating accompanying reports, and addressing any testing failures with formal documentation. Additionally, contractors are required to maintain an ISO-accredited quality assurance program, conduct thorough inspections, and provide alerts regarding obsolescence issues and material shortages. Compliance with Defense Federal Acquisition Regulation Supplement (DFARS) and safety regulations pertaining to the transportation of explosives is also mandated. The specification underscores the critical safety aspects of ammunition items, necessitating meticulous oversight and stringent quality control throughout production and testing processes.
    This document outlines the data requirements for the Report of Shipment (REPSHIP) concerning the transportation of hazardous materials (HAZMAT) and inert component parts within the Continental United States (CONUS) and internationally. Essential information includes the shipment date, estimated time of arrival (ETA), required delivery date, carrier details, Bill of Lading number, and specific cargo characteristics, such as types and classifications of hazardous materials. The document emphasizes the need for secure and precise reporting, particularly concerning military logistics for safety and regulatory compliance. Furthermore, it specifies that if multiple cargo units exist within a single conveyance, data must be repeated for each unit, and separate REPSHIPs are required for different shipping methods. The purpose of this document is to standardize and streamline the reporting process for the shipment of hazardous materials, ensuring accountability and compliance with legal obligations concerning safety and security in transportation. This aligns with the overarching goals of federal government contracts and grants related to logistics and shipping in support of military and governmental operations.
    The document outlines the Statement of Work (SOW) regarding preservation, packaging, and marking requirements for military supplies under a federal contract. It mandates adherence to various military and industry standards, including AFMC Form 158, MIL-STD 2073-1, and ASTM D3951, thus ensuring appropriate packaging for hazardous materials and specific military criteria. The contractor must follow standards for marking shipments per MIL-STD 129, handle reusable containers according to AFMC guidelines, and prepare hazardous materials according to multiple international regulations (e.g., ICAO, IATA, IMDG). Additionally, the document emphasizes the need to report discrepancies in packaging using the Web Supply Discrepancy Report system. It also directs contractors to utilize platforms like SPIRES and ASSIST for accessing related specifications. This SOW is integral to maintaining compliance with military logistics and ensuring the safe transport of materials, reflecting the federal government's focus on precise contracting standards within the Department of Defense context.
    The CAD/PAD Item Marking Instruction provides guidelines for marking Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) according to the Department of Defense (DoD) requirements. Effective from March 6, 2023, this document outlines the necessity for Item Unique Identifiers (IUID) to enhance aircraft maintenance data accuracy. The marking requirements apply to both new and remanufactured components, detailing essential elements for Human Readable Information (HRI) and Machine Readable Information (MRI). It specifies the required data for markings, including item nomenclature, manufacturer codes, serial and lot numbers, and the use of Data Matrix ECC 200 for MRI. The instruction emphasizes the placement and modification of existing data plates, labels, or etchings to accommodate these marking requirements while also addressing how to handle components that are too small for standard markings. Additionally, it covers kits' labeling and waivers, stating that no waivers are allowed for UID requirements. The document ensures compliance with relevant military standards and reinforces the importance of unique identification for efficient inventory management within DoD systems.
    The document outlines packaging and shipping requirements for military assets under Department of Defense (DoD) standards, emphasizing the necessity for Level A and Level B packing to protect items during severe global conditions. Level A protection is mandated for items that may be exposed to harsh transportation, storage, and handling scenarios such as war reserves and mobilization. Specific instructions include overboxing Level B packs in designated containers and ensuring proper cushioning materials are used to maintain item integrity. Additionally, the file addresses compliance with international phytosanitary measures regarding wood packaging material (WPM) to prevent the spread of invasive species. It mandates that all wood used in packaging must be heat-treated and certified by an accredited agency. Furthermore, the document stipulates essential labeling and marking protocols, including adherence to MIL-STD-129 for ammunition palletized unit loads. Overall, the document serves as a critical guideline for ensuring compliance with safety and international trade regulations, central to logistics in defense procurement and operations.
    The document outlines recommended quality assurance provisions and special inspection requirements for airmunitions procurement within the federal government. It emphasizes the necessity of source inspection, particularly for explosives and munitions, to prevent defects that could lead to severe safety consequences. The document states that quality assurance inspections must occur at the source to mitigate risks associated with defective items reaching end-users, highlighting that explosives procurement has a zero-tolerance policy for defects due to the potential for harm to personnel. It also mentions the requirement for certification in ISO 9001:2015 or an equivalent quality management system. Key individuals involved in the quality oversight are identified, along with their contact information. Additional notes clarify that the quality provisions established will not be downgraded without the coordination of Technical Authority. Ultimately, the document reinforces the critical nature of stringent quality assurance in the procurement of munitions, underscoring the implications for the safety and effectiveness of combat operations.
    The document outlines the justification for establishing qualification requirements for prospective bidders in government contracts, particularly for Air Force procurement. It emphasizes the necessity of demonstrating the ability to meet technical specifications to ensure the integrity and functionality of the items procured. The absence of qualification could lead to operational failures, jeopardizing aircraft mission capability. Key requirements include notifying the design control activity of intent to qualify, certifying the availability of required manufacturing and testing facilities, and providing qualification test procedures and reports. The evaluation process ensures compliance with performance and quality assurance standards, and bidders must facilitate government inspections during qualification efforts. The expected timeline for qualification is approximately 360 days, although individual circumstances may influence this duration. Ultimately, only fully qualified sources will be considered for contract awards, with an emphasis on compliance with specific qualifications prior to the contract award date. This document serves to protect government interests by ensuring that suppliers can deliver safe, effective, and compliant products.
    The document outlines definitions and procedures for reworking and repairing nonconforming materials, distinguishing between rework (full compliance) and repair (partial compliance). Contractors must submit detailed rework and repair procedures for government review and approval, including documentation of nonconformance causes and corrective actions. Additionally, these procedures must ensure reinspection and apply to all parties in the supply chain, including suppliers and subcontractors.
    This document is an amendment and modification of a solicitation for the Department of the Air Force, specifically for contract FA8213-25-R-3008-0001. The primary purpose of the amendment is to extend the submission deadline for offers from July 29, 2025, to October 29, 2025, while maintaining all original terms and conditions. The document outlines supplies and services required, particularly focusing on "initiator, propellant actuated" systems for foreign military sales, and details various item specifications including NSN numbers, delivery requirements, and Quality Assurance stipulations. Contractors must comply with certain standards and ensure items are marked and documented per military guidelines. Additionally, changes regarding payment withholding based on submission of certain documentation are included to ensure accountability. The document emphasizes that the final invoices can only be submitted post shipment and details procedures for managing government property. It serves as a formal notification of changes to the solicitation timeline and reinforces compliance elements for contractors involved in military equipment supply.
    This document is Amendment 0002 to Solicitation FA8213-25-R-3008, issued by the Department of the Air Force. The amendment extends the offer receipt deadline to October 29, 2025, at 5:00 PM. Its purpose is to address questions from a source via a Q&A document and update the Air Spec document, both included in Section J. The solicitation is a sole source requirement to NAMMO Defense System for "INITIATOR, PROPELLANT ACTUATED" items (NSN: 1377-00-261-5371 ES) for Foreign Military Sales (FMS) to Korea, Saudi Arabia, Singapore, and Qatar. The document details quantities per country, delivery requirements (18 months ARO Contract), and mandates adherence to ISO 9001-2015 for quality assurance. Payment withholding by DCMA and DFAS is tied to the delivery and approval of CDRL A001, A005, and A006. The amendment also authorizes expedited and partial deliveries at no extra cost, and includes provisions for "Ship in Place" for FMS munitions, requiring contractors to provide monthly reports for items stored over 30 days. Various FAR and DFARS clauses related to cyber incident information, organizational conflict of interest, and technical data withholding are incorporated.
    The document outlines a Request for Proposal (RFP) from the Department of the Air Force for the procurement of initiators used in aerial refueling receptacles. The solicitation FA8213-25-R-3008 details a rated order under the Defense Production Act, requiring suppliers to provide specific supplies and services, including delivery timelines and stringent quality assurances aligned with ISO standards. It includes critical contract clauses emphasizing inspection, acceptance, and environmental compliance, particularly related to hazardous materials. The procurement includes multiple line items for initiators intended for routine use with a focus on foreign military sales. Key contractual obligations are highlighted, such as payment processing via the Wide Area Workflow system, and the need for compliance with safety precautions for ammunition and explosives. The document serves as a comprehensive guideline for contractors interested in submitting bids, detailing item specifications, delivery instructions, and administrative requirements crucial for successful contract fulfillment.
    This government file addresses clarifications and corrections needed for various documents related to federal government RFPs, specifically concerning an "Aerial Refueling Receptacle CTG" or "Cartridge, Impulse." Key issues include discrepancies in the Net Explosive Weight (NEW) listed for the 21084-7 Impulse Cartridge, where the Air Spec and JHCS showed 0.0013lbs instead of the correct 0.012 lbs. Additionally, the energetic material age limit in Item 15 of the Air Spec was missing and has been updated to 24 months. The document also clarifies the correct National Stock Number (NSN) for the F-15 Ariel Refueling Cartridge, confirming that version "T" of the SPI covers all NSNs, and "1337-00-5371" is the NSN to use on packaging. Finally, it resolves the nomenclature for item descriptions on packaging, stating that "Cartridge, Impulse" is acceptable per MIL-STD-129, despite other variations appearing in contract documents.
    Lifecycle
    Title
    Type
    FMS F-15 ARR Cart
    Currently viewing
    Solicitation
    Sources Sought
    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.
    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.
    Solicitation_Feeder, Ammunition
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is seeking to award a two-year firm-fixed-price contract for the procurement of 16 units of Feeder, Ammunition, identified by National Stock Number (NSN) 1005-01-221-0420 and Part Number (PN) 7-317236300-3, exclusively from The Boeing Company. This procurement is critical for maintaining ammunition supply systems and is being conducted under the authority of FAR 6.302-1, which allows for solicitation from a single source due to the lack of available technical data. Proposals must be submitted by December 12, 2025, with inquiries due by November 27, 2025, and deliveries are expected within 180 days post-award to a designated location in Texarkana, TX. Interested parties can reach out to Contract Specialist Kaley Weeden at kaley.h.weeden.civ@army.mil for further information.
    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.
    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.
    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.
    JAU-76/A Initiator, Cartridge Actuated and JAU-77/A Initiator, Cartridge Actuated: 200 Quantity
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support Mechanical Division, is soliciting offers for the procurement of JAU-76/A and JAU-77/A Cartridge Actuated Initiators, with a total quantity of 200 units. These initiators are critical components for the F/A-18 aircraft, and the contract will require adherence to strict military specifications, including unique item identification, detailed packaging, and quality assurance standards. The solicitation has undergone amendments, with the latest deadline for offer submissions extended to December 19, 2025, at 2:00 PM Eastern Time. Interested parties should contact Alexander Bonner at alexander.j.bonner2.civ@us.navy.mil or call 17712290390 for further information.
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of F-100 Augmentor Nozzle SEs, with a total quantity of 401 units required by November 7, 2026. This acquisition involves critical safety items that necessitate first articles and qualification, and it is subject to export control regulations. The government intends to negotiate with a limited number of approved sources, including Paradigm Manchester, Inc., Beacon Industries, Inc., RTX Corporation, and Soldream, Inc., under FAR 6.302 due to the limited availability of responsible sources. Interested parties may submit capability statements within 45 days of the presolicitation notice, and for further inquiries, they can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    Carrier Drive Assembly
    Buyer not available
    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-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.