F-15 Initiators
ID: FA8213-24-R-3020Type: 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 initiators, which are critical components used in aircraft ejection systems. The contract emphasizes compliance with stringent quality assurance standards and mandates adherence to specific marking requirements for Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD), ensuring proper identification and traceability of these items. This procurement is vital for maintaining operational readiness and safety in military operations, with proposals evaluated based on the lowest price that meets technical specifications. Interested parties can contact Roger Mott at roger.mott@us.af.mil or 801-558-3802 for further details, and must adhere to the submission deadlines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines specifications for ammunition procurement under the contract FD2020-24-50055(FMS)_50056(USAF). The primary focus is on the contractor's obligations regarding shipment notifications, including a 24-hour advance report and additional requirements for Foreign Military Sales (FMS) guidance. The ammunition specifications include detailed hazardous classification, with numerous items categorized under Hazard Class 1.4, and set parameters for explosive weight and compatibility. Key elements include strict documentation requirements, such as the need for completed Ammunition Data Cards and adherence to quality assurance processes comparable to ISO standards. Moreover, clear guidelines for acceptance testing, rework approval, and the management of obsolescence and supply chain issues are stipulated. The contractor is required to ensure all energetic materials comply with DoD specifications and ITAR regulations, emphasizing product safety and traceability. The overall purpose of the document is to ensure compliance with safety protocols and quality standards in the manufacturing and delivery of military ammunition, reflecting critical measures necessary for operational readiness and safety adherence across federal procurement processes.
    This document outlines specifications for a series of cartridge initiators utilized in the F-15 aircraft models (B/D/E and A/C). Each item listed is designated by a National Stock Number (NSN) and contains pertinent details such as dimensions (length, width, height), weight, material composition, function, and security classifications. The initiators, primarily made from aluminum and designed for explosive applications, serve critical functions in the aircraft's escape systems, providing gas pressure inputs and delays in activation. Each entry lists the respective CAGE code, reference number, and remarks regarding safety and handling requirements, indicating the items' sensitivity and the necessity for Government Furnished Material (GFM). The document's context within government RFPs suggests its significance for procurement and supply chain management within military operations, emphasizing adherence to strict standards for safety and performance in defense equipment. Overall, the file serves as a technical reference for purchasing and managing these specialized components essential for maintaining aircraft safety and operational readiness.
    The document outlines the Contract Data Requirements List (CDRL) for contract FD2020-24-50055 & 24-50056, issued by the Department of Defense, specifically for the AFLCMC/EBHJ office. It specifies several key data items required from the contractor, including reports on ammunition data cards, engineering change proposals, and acceptance test plans, among others. Each data item is classified by item number, title, authority, submission requirements, distribution statements, and specific remarks regarding submission format and timing. A notable emphasis is placed on ensuring compliance with the Arms Export Control Act and requires appropriate handling of sensitive technical data. Furthermore, it mandates the use of the Wide Area Workflow (WAWF) for electronic submissions, detailing reporting frequencies, types of required documentation, and distribution to relevant government entities. Overall, the document serves as a detailed instruction guide to the contractor, ensuring that all submissions align with governmental standards and deadlines for munitions-related contracts, thereby facilitating accountability and effective management of resources.
    The document outlines the REPSHIP Data Requirements for the shipment of hazardous materials (HAZMAT) and inert components within the Continental United States (CONUS) and overseas. The purpose is to standardize reporting for shipments, ensuring compliance with regulatory and safety measures. Key components required in shipment reporting include the shipment date, estimated arrival time, delivery date, carrier information, and various identification numbers related to military logistics. Additional details such as container specifications, total net explosive weight, hazard classifications, and security risk categories are also mandatory. The instructions emphasize that if there are multiple shipments within a single conveyance, each must be documented separately. The document also clarifies that while some details, like lot numbers and military codes, are encouraged, they are not required. This standardized reporting format is essential for effective management of hazardous materials transported by the Department of Defense and enhances overall transportation safety and accountability.
    The USAF & USN Statement of Work (SOW) outlines requirements for the preparation of Ammunition Data Cards (ADC) in compliance with MIL-STD-1168 as part of the Worldwide Ammunition-data Repository Program (WARP). It specifies traceability criteria for energetic materials, including correct documentation to verify their origins and manufacture, ensuring future recalls are manageable. Contractors must list both their internal part numbers and the original manufacturer's information for traceability. The ADCs will undergo a review and approval process by government authorities, requiring a sample ADC submission first. If there are compliance conflicts, contractors are encouraged to propose resolutions prior to contract award. The document also describes access procedures to WARP, emphasizing the need for security through digital certificates for users without CAC and AKO accounts. Regular updates must be communicated to the System Administrators upon receipt of new contracts. This SOW ensures standardized practices for ADC preparation, confirming safety and compliance in managing ammunition data within government contracts.
    The CAD/PAD Item Marking Instruction (Version 1.6) outlines mandatory marking requirements for Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) as per the Department of Defense (DoD) policies. Its primary purpose is to ensure these items are marked with Item Unique Identifiers (IUID) to enhance the accuracy of aircraft maintenance tracking systems. The document details the scope of the marking requirements, applicable to both new and remanufactured components. Key marking mandates involve the inclusion of both Human Readable Information (HRI) and Machine Readable Information (MRI), utilizing Data Matrix ECC 200 for MRI, ensuring compatibility with MIL-STD-130. Specific HRI requirements include the item nomenclature, manufacturer’s CAGE code, lot and serial numbers, and part numbers. Furthermore, the instruction emphasizes proper placement of markings on items—suggesting modifications to data plates and labels, along with appropriate marking methods for smaller items. It specifies requirements for kits, wherein individual components must also be marked independently. Importantly, it reiterates that waivers for IUID requirements are not permissible. This document serves to streamline identification protocols within the DoD procurement processes, ensuring compliance and operational efficiency in managing CAD/PAD items.
    The Statement of Work outlines comprehensive packaging, preservation, and marking requirements for military contracts, specifying adherence to various standards including MIL-STD 2073-1 for military packaging and MIL-STD 129 for military marking during shipment and storage. Offerors must follow detailed protocols for handling hazardous materials compliant with international and federal regulations, including DOT and IATA standards. The document emphasizes the importance of applying Phytosanitary measures for wooden packaging and maintaining the integrity of reusable containers. Notably, procedures for reporting discrepancies in packaging via the Web Supply Discrepancy Report system are mandated, ensuring quality control during the shipping process. The work's structure is organized into clear sections addressing specific standards and requirements, guiding contractors in compliance with military packaging protocols. Overall, this document is essential for contractors involved in the procurement of military materials, ensuring safety and effectiveness in supply chain management.
    The government document outlines a new initiative involving federal grants and RFPs aimed at enhancing community development programs. The program focuses on addressing urban infrastructure needs, economic development, public health improvements, and educational services in underserved areas. By leveraging federal funding, the initiative seeks collaboration between local governments and nonprofit organizations to ensure effective allocation of resources. Key elements include clear eligibility criteria, application procedures, grant management processes, and reporting requirements. The document emphasizes the importance of data-driven decision-making and community engagement in project planning and execution. This initiative reflects a strategic investment in fostering sustainable growth and improving quality of life within targeted communities while promoting transparency and accountability in fund utilization.
    The document outlines procedures for the rework and repair of nonconforming materials within government contracts. It defines "rework" as the complete reprocessing of an item to meet specifications, while "repair" refers to partial remediation that does not fully conform. Contractors must document their rework procedures and submit them for review to the Government Quality Assurance Representative (QAR), ensuring compliance with prescribed standards. Additionally, repair procedures require a formal Request for Deviation/Waiver and must include an explanation of the nonconformance and future preventative actions. All submitted procedures must provide for reinspection, prioritizing assurance that reprocessed items meet standards. This policy extends to contractors' suppliers and subcontractors, emphasizing a collaborative effort to address nonconformance issues in the supply chain, which is critical for maintaining quality in government projects.
    The government file outlines federal and state-level Requests for Proposals (RFPs) and grant opportunities aimed at soliciting projects within various sectors. It emphasizes the importance of aligning proposals with specific federal guidelines and objectives, enabling agencies to address pressing community needs and improve public services. Key points include the criteria for eligibility, the funding amount available, and the deadlines for submission. Additionally, the document details the evaluation process for proposals, highlighting the importance of innovative solutions, cost-effectiveness, and measurable outcomes. It also encourages collaboration among local governments, non-profits, and private entities to enhance project efficacy. Overall, the file serves as a comprehensive guide for stakeholders seeking to engage with governmental funding processes and contribute to public projects that align with national priorities.
    The file pertains to federal and state/local Requests for Proposals (RFPs) and grants, providing an overview of funding opportunities available for various projects. The primary focus is on the dissemination of information regarding the competitive procurement process, eligibility requirements, and application procedures for obtaining these funds. Key components include detailed guidelines for submitting proposals, necessary documentation, and deadlines. Additionally, the document outlines criteria for evaluating proposals, emphasizing the importance of alignment with federal and state objectives, project feasibility, and potential impact. The structure of the document is organized into sections covering the introduction to RFPs and grants, specific funding programs, application processes, evaluation criteria, and frequently asked questions. Each section is designed to facilitate applicants' understanding of how to navigate the funding landscape effectively. Overall, the document serves as a vital resource for organizations seeking funding for initiatives that align with government priorities, emphasizing both opportunity and responsibility in the application process. It highlights the transparency and competitive nature of public funding, ensuring that applicants are well-informed and prepared to present their proposals effectively.
    The document outlines an amendment to a solicitation for the acquisition of supplies related to foreign military sales (FMS) by the Department of the Air Force. It specifies modifications to the original solicitation FA821324R3020, extending the deadline for receipt of offers while maintaining the original terms and conditions. Offers must acknowledge receipt of this amendment to be considered valid. The solicitation emphasizes that proposals should be from qualified sources and that a qualification package is necessary for new sources, ensuring compliance with federal regulations. Contracts will be evaluated based on the lowest price that is technically acceptable, with delivery dates and quantities being negotiable. Additionally, expedited delivery and partial deliveries at no extra charge are authorized. The document includes an extensive list of regulations and clauses, emphasizing the importance of quality assurance, inspections, and government property management. Overall, this amendment reflects the government's structured approach to procure supplies necessary for military operations while ensuring compliance and accountability in financial dealings.
    This document is an amendment to a federal solicitation (FA8213-24-R-3020-0002) issued by the Department of the Air Force for foreign military sales related to explosives. It outlines changes to the solicitation, which focuses on the procurement of various initiators, including those specifically intended for Israel, Greece, Turkey, and Saudi Arabia. Key details include extended offer submission deadlines and requirements for the contractor to be an approved source, with qualification packages necessary for new sources. The evaluation criteria prioritize the lowest price for technically acceptable solutions, with the emphasis on expedited delivery at no additional cost. The document also specifies the application of various government contracting clauses regarding inspection, acceptance, and contractor obligations. Additionally, it highlights the importance of compliance with funding availability clauses and the potential for administrative changes within the contract. This summary encapsulates the essential elements of the amendment while focusing on the procurement and compliance requirements associated with the contract.
    The document represents a solicitation (FA8213-24-R-3020) from the Department of the Air Force for the procurement of various explosive-related items, specifically initiators for aircraft ejection systems. The solicitation outlines an unrestricted bidding process, with a preference for small businesses, including women-owned and service-disabled veteran-owned entities. Proposals will be evaluated based on the lowest price that meets technical specifications. The document defines specifications for key items, including product details such as material composition, dimensions, and performance criteria. It emphasizes compliance with quality assurance standards and includes guidance for shipping, packaging, and hazardous material labeling per established military standards. Moreover, the solicitation stresses the need for approval from designated sources before bid acceptance, with a clear timeline for delivery and the conditions related to payment processes. Overall, this solicitation exemplifies a structured approach to government procurement, ensuring safety, quality, and compliance with regulatory standards for defense-related contracts. This document reflects the government's emphasis on accountability in the acquisition of critical safety items linked to military operations.
    Lifecycle
    Title
    Type
    F-15 Initiators
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    FD2020-22-50065
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is procuring an initiator cartridge with part number 32-72317-21. The initiator cartridge, NSN: 1377016488442ES, is a component used in cartridge and propellant actuated devices. It is typically used to initiate the firing sequence in various military applications.
    FD2020-21-50063
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is seeking a procurement for an Initiator, Propellant (Part : L325C2011). This item, categorized under CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS (PSC Code: 1377), has the National Stock Number (NSN) 1377-01-220-3746ES. The Initiator, Propellant is typically used for initiating the propellant in various military applications.
    FD2020-21-50066
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is procuring cartridge and propellant actuated devices and components. The service/item being procured is typically used for initiating cartridges. The notice includes the following NSN numbers: 1377-01-229-7600ES, 1377-01-232-1677ES, 1377-01-232-1960ES, 1377-01-234-0719ES, 1377-01-356-8732ES, 1377-01-356-8734ES, 1377-01-356-8731ES, 1377-01-356-8735ES. The specific item being procured is an initiator cartridge.
    2915 – CARTRIDGE ASSEMBLY/AIRCRAFT, EAGLE F-15
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of nine units of the Cartridge Assembly for the Eagle F-15 aircraft. This procurement, identified by NSN 2915-012355188 and part number 16VP004-400, is classified as a firm fixed-price contract and will be conducted as an other than full and open competitive buy, emphasizing the specialized nature of the required components. The successful contractor will be responsible for delivering the production units within 814 days, with the delivery point located in Richmond, Virginia, and inspection and acceptance occurring at the origin. Interested parties can access the solicitation on or around September 26, 2024, via the DLA Internet Bid Board System (DIBBS), and should direct inquiries to Michael Lamothe at michael.lamothe@dla.mil or Holly Simmons at holly.simmons@dla.mil.
    FD2020-23-50081
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is procuring initiators, cartridge actuated devices with part numbers 1377-01-203-8651 and 1377-01-355-0088, specifically the P/N 38-710078. These initiators are used in cartridge and propellant actuated devices and components.
    Housing, Mechanical
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of mechanical housing components specifically designed for the F-15A aircraft. The Request for Proposals (RFP) identified as SPRTA1-25-R-0005 calls for a total of 11 units of the specified housing part, part number 747987, with a required delivery date of October 6, 2025. This acquisition is critical for maintaining the operational capabilities of the aircraft, and interested firms are encouraged to contact the original equipment manufacturer, Hamilton Sundstrand Corporation, for data rights inquiries. Proposals must be submitted electronically via SAM.gov by the closing date of October 31, 2024, with all inquiries directed to James Maynard at 405-855-3351 or via email at james.maynard.6@us.af.mil.
    T-6A and/or T-38C Aircraft Cartridges, Initiator, Time Delays, Under Seat Rocket Motors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the procurement of T-6A and/or T-38C Aircraft Cartridges, Initiators, Time Delays, and Under Seat Rocket Motors. This market research aims to assess the availability of responsible sources with the engineering and manufacturing capabilities necessary for producing egress components for these aircraft, which are critical for ensuring pilot safety and operational effectiveness. Interested parties, particularly small businesses including those designated as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, are encouraged to respond with their qualifications and relevant experience by 3:00 PM on September 30, 2024. For inquiries, contact Annette Howard at annette.howard@us.af.mil or call 801-586-4047.
    FD2020-22-50072
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is procuring initiators and propellant for cartridge and propellant actuated devices and components. These items, with NSN numbers 1377-01-262-0521ES and 1377-01-203-1961ES, are used to initiate the propellant in various devices. The part number for the propellant is 68-710064-101.
    FD2020-23-50006
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE is seeking CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS. The service/item being procured includes NSN: 1377-01-220-3746 AND 1377-01-167-6221 P/N:L325C2011 NOUN: INITIATOR,PROPELLAN. These devices and components are typically used for initiating and propelling cartridges.
    FD2020-23-50079
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is seeking a procurement of initiators for cartridges. These initiators, with part number 68B710650-103, are typically used in cartridge and propellant actuated devices and components. The notice includes multiple NSNs and alternate NSNs for the initiators.