F-15 SMDC Initiators
ID: FA8213-26-R-3002Type: 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-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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, FD2020-25-50050, outlines the specifications for airmunition, focusing on contractor requirements for shipping, handling, and quality control. Key provisions include advanced Report of Shipment (REPSHIP) to consignees, coordination with Defense Contract Management Agency (DCMA) for Foreign Military Sales (FMS) deliveries, and specific Department of Defense Identification Codes (DODIC). Contractors must complete Ammunition Data Cards (ADC), mark items according to CAD/PAD Item Marking Instruction Version 1.6, and adhere to hazard classification information for shipping. The document details procedures for Engineering Change Proposals (ECPs), Notice of Revisions (NORs), and Request For Variances (RFVs), and mandates leak checks per MIL-STD-883L. Lot Acceptance Test Plans (LATP/ATP) and reports are required, with strict notification protocols for failures. Requirements for energetic materials, including Hexanitrostilbene (HNS), specify age limits and traceability to DoD qualified manufacturers, compliant with ITAR. Percussion primers must undergo sensitivity and dud testing and be stored in controlled environments. The item is designated as a Critical Safety Item (CSI), requiring government oversight for inspections and adherence to quality programs like ISO 9001:2015 or AS9100. Specific guidelines for pre-selected test samples with cosmetic defects and rework approvals are provided. Contractors must also provide Obsolescence Alert Notices and Diminishing Manufacturing Sources and Material Shortages (DMSMS) Health Assessment Reports. Finally, contracts involving ammunition and explosives must comply with DFARS 252.223-7002 and 252.223-7003, and AFMAN 24-604 for air shipments of explosives.
    This government file details four propellant initiators, identified by NSN 1377012031959ES, 1377012031960ES, 1377016457393ES, and 1377016457398ES. All are made of machined aluminum and function by converting a detonation or high-energy input into a gas pressure output to actuate a firing pin against a primer for propellant ignition. Criticality code for all items is F, and the demilitarization code is G. Two of the initiators (NSN 1377012031960ES and 1377016457398ES) are specified for the F-15 end item. The document provides physical dimensions, material composition, and functional descriptions for each initiator. Contact information for relevant personnel at AFLCMC / EBHJ is also included. GFP (Government Furnished Property) and GFM (Government Furnished Material) are required for some items. This information is crucial for procurement, maintenance, and operational planning within federal government contracts.
    The provided documents are Engineering Data Lists (EDLs) from The Boeing Company, specifically for "INITIATOR, PROPELLAN" related to F-15 aircraft munitions (F-15 Egress). These EDLs, dated January 11, 2022 (Revisions 2 and 7) and February 27, 2023 (Revisions 6 and 8), detail the engineering drawings and accompanying documents required for the end item. Key documents include procurement specifications for the initiator, finish specifications for F-15 aircraft, and identification plate specifications. The lists also specify a “Furnished Method Code Legend” indicating how each document is provided (e.g., with solicitation, contract award, or upon request). A crucial standard engineering text highlights that the release of this data to a foreign-owned, controlled, or influenced company requires approval from the Foreign Disclosure Office. The documents are generated by PRPS using Jasper Reports.
    This document outlines nine Contract Data Requirements Lists (CDRLs) for the FD2020-25-50050 contract, focusing on airmunitions. Each CDRL details specific data items such as Ammunition Data Cards (A001), Engineering Change Proposals (A002), Notice of Revisions (A003), Request for Variances (A004), Lot Acceptance Test Plans (A005), Test/Inspection Reports (A006), Failure Summary & Analysis Reports (A007), Obsolescence Alert Notices (A008), and Diminishing Manufacturing Sources and Material Shortages (DMSMS) Health Assessment Reports (A009). For each data item, the document specifies submission requirements, formats (e.g., electronic via WAWF or email in Microsoft Office/PDF/Excel), approval processes and timelines, distribution statements, and contact information for the requiring office (AFLCMC/EBHJ). All data items are export-controlled, requiring adherence to relevant acts and directives. The overarching purpose is to ensure comprehensive data submission and approval for the specified military items.
    This government file outlines instructions and conditions for offerors responding to an acquisition, emphasizing qualification requirements, proposal submission guidelines, and evaluation criteria. Key aspects include the necessity for new sources to submit a qualification package to the Air Force Engineer, the potential for adequate price competition to negate the need for extensive cost data, and specific formatting requirements for electronic proposals. Offerors must provide sufficient detail, adhere to proposal acceptance and validity dates, and ensure proposals are searchable. The document also details evaluation factors, focusing on technical qualifications (qualified vendor and project schedule) and price reasonableness. It also specifies contract documentation requirements, including signed solicitation forms and completed sections, and highlights the importance of identifying any exceptions to terms and conditions with clear rationale.
    The AFMC Form 158 outlines packaging requirements for government contracts, grants, and RFPs, emphasizing compliance with military and commercial standards. Key instructions detail packaging and marking per MIL-STD-2073-1 and ASTM D3951, with all container markings adhering to MIL-STD-129. The document mandates specific requirements for engineered containers, hazardous materials, and coded packaging data, referencing FAR clauses and military standards like MIL-STD-2073-1. Additionally, it stresses compliance with International Standards for Phytosanitary Measures No. 15 (ISPM No. 15) for all wood packaging materials to prevent the spread of invasive species, requiring debarked, heat-treated wood, and certification by ALSC-recognized agencies. The instructions also cover detailed procedures for hazardous material shipment and the provision of packaging data, ensuring comprehensive guidelines for contractors.
    This 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). These items are critical safety components for emergency egress on military platforms, making their timely and reliable supply paramount for operational readiness and personnel safety. The Government intends to award a contract to a qualified offeror demonstrating a clear understanding of the requirements, a technically sound approach, a realistic schedule, and competitive pricing. Offerors must detail their technical approach, including manufacturing and quality control, relevant experience, and risk mitigation. They also need to provide a comprehensive schedule with key deliverables and a Work Breakdown Structure (WBS). Proposals should be presented in common formats (Excel, Word, PowerPoint, Project), and offerors must outline their plan for providing monthly updates on schedule and performance.
    The "REPSHIP Data Requirements" document outlines the mandatory information for reporting individual shipments of hazardous materials (HAZMAT) and inert component parts within the Continental United States (CONUS), from CONUS to overseas, and from all overseas locations. The primary purpose is to ensure comprehensive tracking and communication regarding these shipments. Key data points include shipment and estimated arrival dates (Julian calendar), required delivery dates, carrier details, various tracking numbers (Bill of Lading, MTX-GS Service, Air Release/ETR), cargo name, container information (TCN, weight, contents specifics), security risk category, controlled item inventory code, net explosive weight, hazard classifications, and DODIC/NALC codes. The document also specifies handling multiple shipments, conveyances, and modes, and clarifies that certain fields like lot number and DODIC/NALC are not always mandatory but should be provided if available, especially on a Commercial Bill of Lading (CBL) for weapons serial numbers. This detailed reporting is crucial for logistic administration, safety, and security within military and government supply chains.
    Attachment 2 details the requirements for preparing Ammunition Data Cards (ADCs) for USAF & USN CAD/PAD programs, adhering to MIL-STD-1168 and the Worldwide Ammunition-data Repository Program (WARP). It mandates specific traceability for energetic materials and hardware components, requiring original manufacturer's documentation or qualified distributor's documentation. Energetic materials must be listed with common names, part numbers, lot numbers, and manufacture dates, with specific protocols for contractor-redesignated parts and age-sensitive materials. Hardware components require traceability but not necessarily a manufacture date for non-age-degradable items. The document outlines procedures for submitting sample and production lot ADCs through WARP, including access methods, user manuals, input processes, and email notifications for approvals or modifications. Contractors are responsible for obtaining digital certificates for WARP access and must notify system administrators of new contracts. This SOW emphasizes data accuracy, traceability, and compliance for all ammunition components.
    The CAD/PAD Item Marking Instruction, Version 1.6, dated March 6, 2023, outlines the mandatory marking requirements for Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) components. This instruction, prepared by the CAD/PAD Joint Program Office, mandates the use of Item Unique Identifiers (IUID) for all CAD/PAD items, irrespective of dollar value, as they are serially managed in aircraft maintenance systems. Both Human Readable Information (HRI) and Machine Readable Information (MRI) are required, with Data Matrix ECC 200 specified as the standard format for MRI markings, in accordance with MIL-STD-130 and DFARS. The document details specific HRI data elements, MRI data construct (including CAGE, Part Number, Serial Number, Lot Number, and Date of Manufacture), and placement guidelines for UID markings on various CAD/PAD items, including those delivered in kit format. Waivers to the UID requirement are not permitted, emphasizing strict adherence to these marking instructions for both new production and remanufactured components.
    This government file outlines comprehensive preservation, packaging, and marking requirements for offerors, primarily focusing on Department of Defense (DoD) contracts. It mandates adherence to various military and commercial standards, including MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Specific instructions are provided for hazardous materials, electrostatic materials, and specialized shipping containers, requiring compliance with international and federal regulations such as ICAO, 49 CFR, and MIL-STD-648. The document also details procedures for using wood packaging materials (ISPM 15), reporting discrepancies via WebSDR, and accessing government specifications through the ASSIST website. It emphasizes the use of current revisions for all applicable documents and standards, ensuring proper handling, identification, and shipment of materials for government activities.
    The document is an instructional note for users to open a PDF portfolio in Acrobat X or Adobe Reader X (or later versions) for the best experience. It also provides a link to download Adobe Reader. The main purpose of this document is to guide users on the optimal software for viewing the associated PDF portfolio.
    The provided documents outline recommended quality assurance provisions and special inspection requirements for airmunitions procurements, specifically emphasizing source inspection due to the severe safety risks associated with defective or improperly marked explosives. The chief engineer's determination, in accordance with AFMCI 23-102 and FAR 46.402(f), mandates source inspection to mitigate the potential for maiming or death that even a small percentage of defective explosive components could cause. These procurements often involve explosive components for combat aircraft ejection seats and precision-guided weapons, directly impacting the lives of personnel. Higher-level contract quality requirements, such as ISO 9001:2015 certification, are deemed acceptable to meet these standards. Additionally, the documents confirm that the requirements do not necessitate the use of Class I ozone-depleting substances.
    The provided government file, likely an attachment or cover page for an RFP or grant application, is a placeholder instructing the user to open the PDF portfolio in Adobe Acrobat X, Adobe Reader X, or a later version for the best experience. It also suggests getting Adobe Reader if necessary. The main purpose of this file is to guide the user on how to properly access and view the content of the associated PDF portfolio, indicating a technical requirement for document viewing rather than substantive content related to government proposals or grants.
    This amendment to solicitation FA8213-26-R-3002-0001, effective December 3, 2025, from the Department of the Air Force, modifies an existing Request for Proposal (RFP) for propellant actuated initiators. The amendment extends the offer due date to January 2, 2026, and authorizes expedited and partial deliveries at no additional cost. Key changes include correcting line item numbers, National Stock Numbers (NSNs), and part numbers for various initiator types, including those for Foreign Military Sales (FMS) to Israel and Saudi Arabia. The solicitation is restricted to qualified sources, requiring new sources to submit a qualification package. Evaluation will be based on the lowest technically acceptable price, and Clause 52.232-18, "Subject to Availability of Funds," is applicable. This $0.00 modification ensures fair and reasonable terms for the government.
    This government solicitation, FA8213-26-R-3002, issued by the Department of the Air Force, is an RFP for "Initiator, Propellant Actuated" and related data. The acquisition is unrestricted with a NAICS code of 325920 and a size standard of 750 employees. Key requirements include qualification as an approved source by the time of award, with evaluation based on the lowest technically acceptable price. The solicitation outlines provisions for foreign military sales (FMS) to Israel and Saudi Arabia, specifying quantities and delivery within 18 months of contract award. It also details inspection and acceptance at origin, compliance with ISO 9001-2015, and requirements for Item Unique Identification (IUID). Hazardous material classifications for the items are provided, along with instructions for electronic submission of payment requests via Wide Area WorkFlow (WAWF). The document includes numerous FAR and DFARS clauses covering areas such as contract administration, small business programs, labor standards, and hazardous material handling. An ombudsman is designated for offeror concerns.
    This document outlines the evaluation factors for a federal government contract award, emphasizing a best-value source selection process in accordance with FAR 15.3. The Government intends to award a single contract based on an integrated assessment of Technical/Technical Risk and Cost/Price, with technical factors being significantly more important than cost. Proposals will be evaluated on two key factors: Technical (comprising Qualified Vendor and Schedule subfactors) and Cost/Price. The Qualified Vendor subfactor is rated as acceptable/unacceptable, requiring prior qualification. The Schedule subfactor is subject to a trade-off evaluation, assessing understanding of project scope, execution approach, and completeness. Technical proposals will also receive a technical risk rating (Low, Moderate, High, Unacceptable). Cost/Price proposals will be evaluated for reasonableness and Total Evaluated Price. The Government reserves the right to award without discussions but may conduct them if necessary, and it retains the discretion to eliminate proposals with uncorrectable uncertainties.
    Lifecycle
    Title
    Type
    F-15 SMDC Initiators
    Currently viewing
    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.
    T-38 Egress Components (REMAN)
    Buyer not available
    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.
    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.
    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.
    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.
    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.
    INDICATOR, BUTTON, RED / NSN 1650-01-111-5904 / F15 AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to establish an Indefinite Quantity Contract (IQC) for the procurement of the INDICATOR, BUTTON, RED (NSN 1650-01-111-5904) for the F15 aircraft. This solicitation is aimed at securing an estimated annual quantity of 3,080 units over a five-year base period, with production units to be delivered FOB Destination and inspected at the same location. The item is critical for operational purposes, although it is not classified as a Critical Safety Item, and the government intends to negotiate with a limited number of approved sources, including Pall Aeropower, Bahr Machine Co., and EDO Artisan Inc. Interested contractors must submit their interest and capability to respond within 45 days of the notice, with the solicitation expected to be issued on November 20, 2025. For further inquiries, interested parties can contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.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.
    SELECTOR CONTROL SUBASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the Selector Control Subassembly, which is integral to the ventilation and filtration systems of the Howitzer family of vehicles. This procurement involves a Firm Fixed Price supply contract for a total of 225 units over five years, with a guaranteed minimum of 3 units in the first year, and requires compliance with specific technical data packages controlled by HDT Expeditionary Systems. Interested contractors must submit their proposals by December 15, 2025, and are encouraged to contact David Edwards at david.edwards@dla.mil for further details regarding the solicitation and submission process.
    LAU PAGS FIELD REPA
    Buyer not available
    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.