FA821225Q0341 PROGRAMMABLE CARTRIDGE
ID: FA821225Q0341Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8212 AFSC OLH PZABAHILL AFB, UT, 84056, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is the DD Form 1423-1, a Contract Data Requirements List, utilized by the Department of Defense for managing data items associated with contracts. It outlines the specifications for the submission and distribution of a Counterfeit Prevention Plan (CPP) specific to a contract (FD2020-25-00341) related to a miscellaneous cartridge program. Key components include submission guidelines, required formats, and the imperatives for government review and approval. The contractor is mandated to submit the CPP within 30 days of contract award, with provisions for government feedback and resubmission. Additionally, it details distribution statements for export-controlled documents and the necessary conditions for technical data handling under U.S. law. The overall purpose is to ensure proper compliance with data requirements, enhance management of technical documents, and safeguard against counterfeit materials in defense acquisitions. The form is structured to facilitate clarity in the submission process, ensuring all parties are aligned on requirements and expectations.
    This document outlines packaging requirements associated with Purchase Instrument Number FD20202500341-00, emphasizing compliance with international standards aimed at preventing the spread of invasive species through wooden packaging materials (WPM). Specifically, it mandates that all wooden packing materials, including pallets and containers, must be made from debarked wood and treated with heat to a specified temperature to mitigate risks. Certification from an accredited agency recognized by the American Lumber Standards Committee is required to ensure compliance. The instructions also detail packaging and shipping container marking protocols according to military standards (MIL-STD-129 and MIL-STD-2073-1), necessitating adherence to detailed marking requirements for shipping containers, which may include barcodes and other identifiers. This document serves as a guideline for suppliers in federal RFPs and grants, ensuring safety standards are met in packaging for military shipments. It highlights the necessity of careful standards adherence for preventing ecological risks and maintaining logistical efficiency in military operations.
    The document outlines requirements in line with International Standards for Phytosanitary Measures (ISPM No. 15) regarding Solid Wood Packing Material (SWPM). It highlights the necessity to manage invasive species risk, particularly the pinewood nematode, by ensuring that all wooden packaging—encompassing lumber, pallets, and containers—is made from heat-treated materials. The heat treatment must reach a temperature of 56 degrees Celsius (133 degrees Fahrenheit) for 30 minutes, with appropriate certification and marking by an accredited agency recognized by the American Lumber Standards Committee (ALSC). Furthermore, the document references ISPM No. 15 for detailed guidance and emphasizes compliance for global shipment activities, thereby facilitating safe and environmentally-conscious trade practices. This information is crucial for stakeholders involved in producing, packaging, or transporting goods that contain wooden materials, ensuring adherence to international regulations to mitigate the risk of pest introduction.
    This document provides engineering data requirements for the manufacture of the Advanced Data Transfer Cartridge for the F-16, identified by part number A3765000000-31 and national stock number 7045-01-617-4668WF. Key instructions dictate that military specifications will not be included in the bid set, and superseded data will only be provided if indicated. It emphasizes that only listed sources and materials are acceptable, with any substitutions requiring prior approval. Deviation from specifications needs similar consent from the engineering activity. Furthermore, it mandates the application of unique identification (UID) according to specific standards, including MIL-STD-130, with detailed labeling requirements. This document is crucial in guiding the manufacturing process and ensuring compliance with specified standards and requirements in government RFP contexts, underscoring strict adherence to engineering protocols for defense-related products.
    The document outlines engineering data requirements for the manufacture of the Advanced Data Transfer Cartridge/Long Block (F-16), identified by part number A3765000000-31 and national stock number 7045-01-617-4668WF. It is prepared by Justin Allred and emphasizes that military specifications and standards will not be included in the bid set. Key points include stipulations for using specific sources and materials as listed in standards unless prior approval for substitutions is obtained. The document also mandates adherence to unique identification requirements as per MIL-STD-130, including specific labeling dimensions and data that must be included. Deviation from specified standards requires prior authorization from the cognizant engineering activity. This document serves to guide manufacturers in complying with the military's precise technical needs, ensuring consistency and adherence to regulatory standards within government contracting contexts.
    This document is a Request for Quotation (RFQ) from the Department of the Air Force, seeking quotations for supplies, specifically data transfer cartridges mandated for both domestic and foreign military sales. The RFQ, numbered FA8212-25-R-0341, includes detailed requirements for the delivery, inspection, and acceptance of the requested goods, emphasizing the need for a Counterfeit Protection Plan and compliance with federal acquisition regulations. The deadline for quotation submissions is April 3, 2025. The request specifies the quantity and details of items, including inspection and quality assurance requirements, along with the conditions for acceptance and delivery. The RFQ indicates a preference for U.S. manufactured goods unless otherwise specified. It outlines various contract clauses and representations, emphasizing compliance with federal standards for procurement, including those related to small businesses and environmental concerns. In essence, this RFQ is part of a broader government initiative to procure supplies while ensuring adherence to regulatory standards, fostering small business participation, and safeguarding national interests through the meticulous management of defense acquisition processes.
    This document outlines the amendment to a solicitation for the Department of the Air Force, specifically contract FA8212-25-R-0471. The amendment, effective August 4, 2025, extends the solicitation expiration date to August 11, 2025, updates certain part numbers, and modifies the delivery schedule to May 28, 2027. The modification is aimed at clarifying procurement requirements related to Foreign Military Sales (FMS) for specific items. The document includes detailed sections on supplies and services, prices/costs, inspection and acceptance criteria, and contract administration data. It emphasizes the necessity for compliance with various regulations and clauses, ensuring appropriate conditions for payment and delivery. The amendment also reinforces communication protocols among contracting officers and potential offerors. Overall, it serves to streamline the amendment process in accordance with federal acquisition protocols while emphasizing the importance of timely updates and adherence to specified standards during the procurement process.
    The document is a Request for Quotation (RFQ) from the Department of the Air Force, seeking bids for a Counterfeit Prevention Plan and related supplies, specifically a Data Transfer Cartridge. It is designated as not set aside for small businesses and requires submissions by April 3, 2025. The RFQ details the expected deliverables, including a letter transmittal and the counterfeit protection plan sent via email. The contractor must ensure domestic sourcing unless otherwise indicated and follow strict terms for inspections and acceptance of goods. Key contractual terms are outlined, including payment practices, warranty conditions, and clauses regarding subcontracting, particularly aimed at small businesses. Additionally, it emphasizes adherence to regulations regarding the procurement of materials and services, ensuring compliance with various federal laws. The inclusion of an ombudsman indicates a process for resolving concerns related to the procurement process. The overall purpose of the RFQ aligns with facilitating accurate and compliant acquisition processes within the scope of government contracting.
    This government solicitation amendment, FA8212-25-R-0471-0002, issued by the Department of the Air Force, extends the expiration date to July 28, 2025. It covers the procurement of 47 data transfer cartridges (NSN: 7045-01-617-4668 WF) under a firm fixed price, with delivery required by December 31, 2026, for Foreign Military Sales (FMS Case: PL-D-QBC). The document details specific clauses for inspection, acceptance, and deliveries, emphasizing electronic payment and reporting via Wide Area WorkFlow (WAWF). It also includes an ombudsman clause for dispute resolution and various FAR/DFARS clauses covering ethical conduct, cybersecurity, small business subcontracting, and prohibitions on certain foreign procurements and products. Unique Item Identification (IUID) is required, and the solicitation outlines representations and certifications for offerors, including those related to business size and foreign ownership.
    This government solicitation amendment, FA8212-25-R-0471-0004, primarily extends the offer expiration period to September 29, 2025. Issued by the Department of the Air Force, it details requirements for 'CARTRIDGE,PROGRAMMA' (NSN: 7025-01-687-6588 WF), specifying a quantity of 47 and a required delivery by May 28, 2027. The document outlines comprehensive clauses across various sections, including inspection, acceptance, deliveries, and contract administration. Key clauses address electronic invoicing via Wide Area WorkFlow (WAWF), unique item identification (UID) for delivered items, and compliance with numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions. It also includes information on an appointed ombudsman for resolving concerns and details representations and certifications for offerors, such as small business programs and prohibitions on certain foreign-made equipment. The amendment underscores stringent adherence to federal acquisition regulations and defense-specific requirements for contractors.
    This government solicitation amendment, FA8212-25-R-0471-0005, extends the offer expiration date to December 12, 2025. Issued by the Department of the Air Force, it pertains to a Foreign Military Sales (FMS) requirement for 47 programmable cartridges (NSN: 7025-01-687-6588 WF), with a required delivery by May 28, 2027. The document details contract clauses, inspection and acceptance criteria, delivery schedules, and contract administration data, including instructions for electronic payment via Wide Area WorkFlow (WAWF). It also outlines various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering aspects like small business subcontracting, combating trafficking in persons, and prohibitions on certain foreign-made equipment. An ombudsman is designated to address concerns, and specific representations and certifications for offerors are included, emphasizing compliance with federal acquisition regulations.
    The document outlines an amendment to a solicitation for procurement by the Department of the Air Force under contract FA8212-25-R-0471. The amendment serves three primary purposes: it extends the solicitation's expiration date to August 29, 2025, updates a part number from a previous version, and adjusts the delivery date to May 28, 2027. The contract particulars specify the delivery of 47 units of a specified cartridge type, detailing inspection, acceptance, and quality assurance protocols. The document delineates various contractor obligations, including electronically submitting payment requests via the Wide Area Workflow (WAWF) system and outlines compliance with multiple federal regulations and clauses. Including detailed representations and certifications, the document reinforces the importance of maintaining compliance with DoD procurement standards and encourages the use of best practices in contractor responsibilities, emphasizing transparency and ethical operations. This amendment is part of routine adjustments to ensure clarity and adherence to federal acquisition regulations, ultimately aimed at facilitating effective procurement processes within the Air Force infrastructure.
    The document is a Request for Quotation (RFQ) issued by the Department of the Air Force for the procurement of programmable cartridges, specifically the Data Transfer Cartridge. The RFQ outlines critical details including requisition number, delivery dates, submission guidelines, and specifications for supplies, services, and pricing. The contractor must furnish quotations by April 3, 2025. The document also includes stipulations for inspection and acceptance, delivery locations, and quality assurance measures, emphasizing adherence to the Defense Priorities and Allocations System regulations, which classify the order as certified for national defense. A unique item identifier is required for specified supplies, with strict instructions for electronic invoicing processes using the Wide Area Workflow system. Additionally, it contains several contract clauses relevant to federal acquisitions, including those pertaining to payment methods, small business subcontracting plans, and legal compliance. The RFQ is crucial in initiating the bidding process, ensuring businesses understand their obligations and entitlements in a government contracting context, thereby supporting efficient procurement operations for defense-related needs.
    The document outlines an amendment to solicitation FA8212-25-R-0471, primarily issued by the Department of the Air Force's Directorate of Contracting. The key purpose of this amendment is to extend the solicitation expiration date to July 28, 2025. The procurement involves firm fixed-price items, specifically a data transfer cartridge, which requires adherence to standards for quality assurance and delivery terms inclusive of inspections and acceptance. Notably, the amendment mandates compliance with certain federal acquisition regulations and procedures, including requirements for electronic payment processing via the Wide Area Workflow (WAWF) system. Additionally, the document emphasizes the importance of transparency in dealings with potential offerors, detailing the role of an ombudsman for resolution of concerns. Overall, this amendment serves to ensure continued interest and participation in the procurement process, reflecting the Air Force's commitment to robust contracting practices within federal guidelines.
    The International Agreement Competitive Restrictions (IACR) document details a sole-source acquisition by the Department of the Air Force for 47 F-16 Weapon System CARTRIDGE, PROGRAMMA units, valued at $819,637.70, for Poland under LOA Case Number PL-D-QBC. The acquisition is directed to GE AVIATION SYSTEMS LLC (CAGE 86360) due to proprietary data rights, despite the LOA not explicitly naming a source. The Contracting Officer is authorized to use an IACR even without a specific source named in the agreement, based on a determination that GE Aviation Systems is the only capable source, as supported by an AFMC Form 761 Screening Analysis Worksheet. The statutory authority for this action is 10 USC 3204(a)(4), implemented by FAR 6.302-4, International Agreement. The document includes certifications of accuracy and completeness from both the contracting officer and the program/technical/requirements manager.
    The International Agreement Competitive Restrictions (IACR) document outlines the approval process for a Federal Military Sales (FMS) action involving the procurement of 47 cartridges for the F-16 Weapon System, specifically for Poland. The acquiring organization is the Department of the Air Force's Directorate of Contracting based at Hill Air Force Base. The intended sole source supplier is GE Aviation Systems LLC, justified under the proprietary data rights provisions, which assert that the government lacks necessary data rights for alternative sourcing. The estimated total cost for this purchase is approximately $819,637.70, with a fixed-price contract type specified. The document notes the statutory authority under 10 USC 3204(a)(4) and emphasizes the application of sole source authority, irrespective of whether the original Letter of Offer and Acceptance (LOA) designates a specific source. The contracting officer, supported by technical management, certifies the accuracy and completeness of the data presented, affirming compliance with regulatory requirements. This IACR reflects the complexities of defense procurement operations, particularly in international agreements and the critical nature of proprietary rights in the procurement process.
    The document outlines the Item Unique Identification (IUID) Checklist in accordance with DFARS 252.211.7003 for an item requiring IUID marking, specifically a cartridge identified by NSN 7045016174668WF. It details that marking must comply with the latest version of MIL-STD-130, with the contractor determining the location and method of marking. The responsible individual is identified as Justin M. Allred from the 416 SCMS / GUEAA organization, with contact information provided. Additionally, it notes that the contractor possesses data rights and understands the necessary marking procedures. The document also contains a section on embedded items, specifying that they are linked to the same NSN and require similar marking guidance. Overall, the checklist serves as a formal statement of compliance for the IUID requirements, ensuring proper identification and traceability of government assets relevant to federal contracts and grants, thereby supporting adherence to procurement policies.
    The document outlines the Item Unique Identification (IUID) checklist as per DFARS 252.211.7003, specifically focusing on items requiring IUID marking. It details a specific item, the "Cartridge, Programma" with NSN 7045016174668WF, and includes contact information for the assigned individual, Justin M. Allred, in the 416 SCMS office. The contractor is guided to perform marking in accordance with MIL-STD-130 and follow IUID requirements as specified in Form 462, Section 7. Additionally, it notes the item as an embedded one associated with the same NSN but lacks explicit marking guidance or methods in this section. The document emphasizes compliance with established marking protocols to ensure proper identification of military property. Overall, the IUID checklist serves as a regulatory tool to improve inventory management and accountability in defense logistics, reflecting the standards expected in government contracts and related solicitations.
    The document outlines packaging requirements for military shipments, specifically detailing standards for wooden packaging materials (WPM) to prevent the spread of invasive species, such as the pinewood nematode. Compliance with international regulations, notably ISPM No. 15, mandates that all WPM be made from debarked wood and heat-treated to specific temperatures for a designated duration. The document specifies adherence to military standards MIL-STD-2073-1 (packaging) and MIL-STD-129 (marking), ensuring that items are packaged and labeled appropriately for shipping and storage. Additional requirements include specific vendor packaging instructions and enhanced marking details, such as including unit serial numbers. The packaging specialist, Wendy L Monson, provides contact information for further queries. This document is crucial for ensuring compliance with environmental safety standards while facilitating effective military logistics for worldwide shipments.
    The document outlines the requirements of the International Standards for Phytosanitary Measures (ISPM No. 15) regarding solid wood packing material (SWPM), particularly to mitigate risks from invasive species like the pinewood nematode. It specifies that all wooden lumber, pallets, and containers—whether fully or partially made of SWPM—must be constructed from heat-treated material, achieving a temperature of 56 degrees Celsius (133 degrees Fahrenheit) for at least 30 minutes. Certification from an accredited agency, recognized by the American Lumber Standards Committee (ALSC), is essential, and reference to the complete ISPM No. 15 guidelines can be found at the IPPC website. This information serves as a crucial compliance measure for shipments involving wooden packaging to prevent the spread of invasive pests worldwide, thus supporting environmental safeguard requirements in various government requests for proposals (RFPs) and grants.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    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-110 Gearbox, Accessory D
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the F-110 Gearbox, Accessory D, which is critical for military or space applications. The contract will involve acquiring a total of 40 units, with a minimum order of 20 and a maximum of 60, to be delivered by January 21, 2026, highlighting the importance of this item as a Critical Safety Item. The government intends to solicit and negotiate with a limited number of sources, specifically General Electric Company, due to the limited availability of responsible sources, and all interested parties may submit capability statements within 45 days of the solicitation's release, which is expected on September 5, 2025. For further inquiries, interested vendors can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    GEARBOX,LANDING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    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.
    F-16 Multiplier Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for a Multiplier Assembly (NSN: 1270-01-343-8506) intended for Foreign Military Sales (FMS) customers. This procurement requires qualified sources, specifically Northrop Grumman and Spectrum Microwave, and includes stipulations for quantity range pricing, a First Article Test Report (FATR), and a First Article (FA) requirement with a delivery timeline of 180 days. The contract emphasizes compliance with military packaging standards and various defense regulations, including the Buy American Act and ITAR. Interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil, with the solicitation due by December 22, 2025.
    58--PROCESSOR,TARGET LO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 30 units of a processor, designated as NSN 7R-5895-016817735-QF, which is critical for flight operations. This procurement is a sole-source requirement directed to The Boeing Company, necessitating engineering source approval to ensure the quality and reliability of the part, as it involves unique design capabilities and technical data that are not readily available to the Government. Interested parties must submit their proposals along with the necessary source approval documentation within 45 days of this presolicitation notice, with all inquiries directed to Mackenzie Cannataro at (215) 697-0288 or via email at mackenzie.cannataro.civ@us.navy.mil.
    J-85 Seal, Air, Aircraft G
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure J-85 Aircraft G Seal, Air, a critical safety item necessary for aircraft operations. This acquisition involves a sole-source contract for 9 units, with General Electric Company identified as the approved source, and is justified under limited available sources due to the specialized nature of the item. The estimated request for proposal (RFP) issue date is September 5, 2025, with a close date of October 6, 2025, and interested parties are encouraged to submit capability statements within 15 days for commercial items or 45 days for general proposals. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    ENGINE,GAS TURBINE,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for a Gas Turbine Engine (NSN: 2835-01-438-5698 RP, Part Number: 3800599-1) intended for Foreign Military Sales (FMS) customers. The procurement is restricted to qualified sources and emphasizes the need for on-time delivery, requiring suppliers to propose achievable delivery schedules based on their internal production lead times. This engine is critical for military applications, and compliance with various standards, including ISO 9001-2015 and military packaging and marking requirements, is mandatory. Interested contractors must submit their quotations by December 22, 2025, and can contact Richard Dunlap at richard.dunlap.2@us.af.mil or by phone at 385-591-8306 for further information.
    F-100 Case, Compressor, Air
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.