RATO (Rocket Assisted Take Off) Motor and Initiator
ID: FA8213-RATOType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8213 AFLCMC EBHKHILL AFB, UT, 84056-5820, USA

NAICS

Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing (336415)

PSC

ROCKETS, ROCKET AMMUNITION AND ROCKET COMPONENTS (1340)
Timeline
    Description

    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified contractors to establish a five-year indefinite delivery/indefinite quantity (IDIQ) contract for Rocket Assisted Take-Off (RATO) motors and initiators, which are critical components for launching the BQM-167 aerial target drone. Contractors must meet stringent qualification requirements, including obtaining flight certification and compliance with the Joint Qualification Requirements (JQR) by the time of contract award, with an estimated qualification timeframe of 180 to 365 days and associated costs potentially reaching $5 million. This procurement is vital for ensuring the operational readiness and reliability of military aerial target systems, and interested parties should direct inquiries to Jesse Whinham at jesse.whinham@us.af.mil or 801-775-3237, with the synopsis extended through January 17, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the justification for qualification requirements regarding the procurement of Rocket Assisted Take-Off (RATO) Rocket Motors for the BQM-167A Aerial Target Drone. It emphasizes the need for prospective bidders to demonstrate their technical capabilities and compliance with stringent manufacturing and testing standards before any contract award. Key requirements include prequalification notices, certification of necessary facilities and equipment, verification of design data packages, and detailed testing procedures. Acknowledged risks include potential degradation of aircraft capabilities if unqualified sources are used. The estimated cost for meeting qualification requirements is projected at $5 million, with a completion timeframe of 180 to 360 days. The document also allows for waivers based on previous relevant experience but mandates full compliance for contract eligibility. Ultimately, successful qualification will designate an offeror as an approved source, though this does not guarantee a contract award. The intent is to ensure that only qualified suppliers are considered to mitigate risks associated with the critical function of the rocket motors in the military context.
    The document outlines the justification for establishing qualification requirements for the supply of RATO (Rocket Assisted Take-Off) initiators used in the BQM-167A aerial target drone. It emphasizes the critical nature of the components' manufacturing specifications to ensure aircraft functionality, highlighting the risks associated with sourcing from unqualified bidders. The qualification process includes prequalification notices, facility certifications, data verification, process verification, testing protocols, and detailed evaluation requirements to validate an offeror’s manufacturing capability. Compliance with these requirements is essential for contracting, with an estimated cost of $100,000 for potential bidders to meet government-specific testing and evaluations. The document stipulates a timeframe of 180 to 360 days for qualification efforts, and it includes provisions for waivers of certain requirements based on prior experience. Overall, it underscores the need for stringent qualification standards to mitigate risks related to the critical aerospace component manufacturing and to ensure high-quality outcomes for defense applications.
    The document details contractor feedback and government responses regarding the RATO motor acquisition process under a federal RFP. Key topics include timelines for first article testing, funding specifics, qualification requirements, and information submission stipulations. Contractors are required to meet specific qualifications before contract award, with no ongoing qualifications permitted post-award. The government will fund flight certification only, while unique testing costs, estimated at $5 million, are incurred by the contractor. Contractors may request waivers on certain First Article Acceptance Test (FAAT) requirements, contingent upon previous qualifications or recent production history. Clarifications about inspection requirements, data submissions, and packaging specifications are also provided. Furthermore, the document addresses broader pricing concerns and guidelines for energetic materials. It positions the contract as a five-year fixed-price indefinite delivery/indefinite quantity (IDIQ) arrangement, emphasizing strict adherence to qualification standards and clear communication throughout the proposal process. The intricate relationship between contractor readiness and governmental rigorous qualification illustrates the government's comprehensive approach to ensuring reliability and safety in defense contracts.
    The document is a Data Item Description (DID) for a Test/Inspection Report (DI-NDTI-80809B) utilized to document findings from tests and inspections required by government contracts. Its primary purpose is to ensure compliance with system requirements, performance objectives, and specifications, facilitating government evaluation. The report must be structured to enhance clarity and understanding, incorporating a title page with crucial details such as report date, contractor information, contract number, and types of tests conducted. Key sections of the report include an introduction detailing the test objectives and item identification, a summary emphasizing significant results and recommendations, and a body outlining equipment used, procedures followed, and findings. Detailed records of data, test results, and analysis should be included, as well as conclusions on the effectiveness of testing. The report concludes with recommendations for future actions based on outcomes. Certification by responsible personnel and any relevant appendices must also be incorporated. Overall, this DID serves as a guideline for contractors to systematically present testing and inspection outcomes, ensuring alignment with contractual requirements and supporting transparency in government procurement processes.
    The document outlines the First Article Qualification Test Plan and Procedures (DI-NDTI-81307A), which establishes the guidelines for contractors on how to prepare and conduct first article qualification tests. Its main purpose is to define the necessary test procedures, equipment, and inspection criteria. The requirements specify that the plan must include the test's objectives, applicable documentation, and detailed descriptions of the units being tested. Moreover, it mandates step-by-step testing procedures, specifies the readings and settings to be used, and includes necessary diagrams or photographs of testing fixtures. The inspection criteria need to define the minimum performance standards for the unit under test, addressing essential factors like power input and signal levels. The document serves as a crucial resource in government RFPs, ensuring contractors adhere to standardized testing procedures that meet federal performance expectations. It aims to ensure acceptable quality and reliability in equipment before official government approval, aligning with federal standards and regulations in contract performance.
    The JQR Supplemental Q&As, dated January 6, 2025, clarify common inquiries regarding the qualification processes for the RATO motor and initiators. The government confirms that qualification for both components can occur concurrently, with an estimated duration of 180-360 days, depending on whether similar items are involved. Specific testing procedures are outlined, referring to DI-NDTI-81307A and DI-NDTI-80809B documents provided by the contracting office. A notable cost estimate for achieving qualification is about $5 million, based on previous vendor experiences. This estimate may be lowered if the qualification is pursued through similar existing items. Qualification involves verification tests that demonstrate performance equivalency and allows contractors qualified through similar items to be added to the 761 list without additional submissions. However, if qualification is for a new item, extra test items must be funded by the contractor. The document emphasizes the importance of compliance with testing standards and the procedural framework for vendor qualification in government contracts.
    The JQR Supplemental Q&As document, dated January 15, 2025, provides clarifications regarding the qualification process for the RATO motor and initiator as part of a federal RFP. The government confirms that both qualification processes can be conducted concurrently, with an estimated duration of 180-360 days. The estimated qualification cost stands at $5 million, based on previous similar vendor efforts, although it may vary depending on whether a contractor utilizes a similar item. Qualification criteria include demonstrating equivalence to the performance specifications defined in SP201308358 Rev D, with final determinations made by the EBH Chief Engineer. To achieve qualification, eight motor articles must be fired according to specified testing protocols. Overall, the JQR process allows vendors to qualify for inclusion on the 761 list, with potential implications for additional tests based on item similarity, underscoring the government's focus on RATO performance and qualification requirements.
    The JQR Supplemental Q&As document clarifies key aspects of the qualification process for the RATO motor and initiator under a government RFP issued on January 15, 2025. It confirms that qualification procedures for both components can occur simultaneously, typically taking between 180-360 days depending on the item being qualified. The estimated cost for qualification is approximately $5 million based on previous vendor efforts and is influenced by whether existing or new items are being evaluated. The government will determine the similarity of existing items through performance specifications, requiring contractors to present compelling evidence to justify their qualifications. A minimum of eight motors must be tested for qualification, although waivers may be considered at the government’s discretion. Notably, the government maintains ownership over the specifications but not the contractor’s designs. The document emphasizes that qualification testing and flight certification are separate steps, where additional funding is provided for flight certification after qualification. Overall, the Q&A aims to assist vendors in understanding requirements and facilitating a transparent qualification process for government contracts.
    The FA8213-25-R-B005 synopsis outlines a federal acquisition aimed at establishing a five-year indefinite delivery/indefinite quantity (IDIQ) contract for Rocket Assisted Take-Off (RATO) motors and initiators, used primarily for launching the BQM-167 aerial target drone. Issued by the FA8213 AFLCMC EBHK office in Utah, the contract is open for full competition, requiring bidders to qualify as specified in the accompanying documents. The contract includes various line items spread across five ordering periods, each comprising contractor-tested and government-tested first articles, technical data, and the actual RATO rocket motors and initiators. Deliveries begin 180 days post approval of the first article, with a focus on incremental bi-monthly shipments. The synopsis advises foreign firms to consult the contracting officer regarding any participation restrictions. Overall, this acquisition supports the U.S. Government's operational needs for aerial targets while ensuring thorough qualification and testing processes for contractors involved.
    Lifecycle
    Title
    Type
    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.
    Fourth Gen Rocket Motor Semitrailer (RMS4)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Fourth Gen Rocket Motor Semitrailer (RMS4) program, aimed at developing a replacement for existing rocket motor transportation systems. The procurement is focused on addressing parts obsolescence and ensuring the continued support of the Minuteman III Intercontinental Ballistic Missile system, which requires a new design and Technical Data Package to enhance the fleet's operational capabilities. Interested parties are encouraged to participate in an Industry Day at Hill Air Force Base on December 17, 2025, and must submit visitor information by December 10, 2025, to gain access. Responses to the Sources Sought notice should be directed to Torrey Boggs and Kyle Andersen via email, with a white-paper capability statement due by the specified deadlines.
    RAPTOR Solicitation
    Buyer not available
    The Department of Defense, through the Strategic Capabilities Office, is soliciting proposals for the Rapid Affordable Producible Torpedo (RAPTOR), a prototype concept aimed at developing an affordable, rapidly scalable, and producible single-use heavyweight torpedo. This solicitation, identified as SCO-PS-26-01, emphasizes the need for innovative solutions in the research and development of torpedoes and their components, which are critical for enhancing military capabilities. Interested parties can access the solicitation via the CLASSIFIED Acquisition Research Center (ARC) website, and for further assistance, they may contact the RAPTOR Team at RAPTOR@sco.mil. The solicitation was released on November 17, 2025, with an amendment issued on November 21, 2025.
    10--STAND OFF LINK ROTO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 16 units of the Stand Off Link Roto, identified by NSN 1005011868490. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of two. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    Request for Information: BQM-34S Engine Replacement and Maintenance
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from companies capable of supplying turbojet engines for the BQM-34S Subsonic Aerial Target production restart, scheduled for 2030. The Navy requires 100-150 engines that produce a minimum of 2850 lbf continuous Sea Level Static thrust and fit within a specified cylindrical cavity, with development and qualification completed by 2029. The BQM-34S serves as a critical tool for fleet training and testing against modern threats. Interested parties must submit a white paper detailing their proposed engine solutions by 5:00 p.m. EST on December 15, 2025, and direct any inquiries to Kasey Tasciotti or Tamiko C. Blackson via the provided email addresses.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    LONGERON | 04F | B-52
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified contractors for an indefinite quantity contract (IQC) for the procurement of LONGERON components for the B-52 aircraft. This contract is set aside for small businesses and will cover a base period of five years, with an estimated annual quantity of 40 units, requiring delivery within 250 days after receipt of order. The LONGERON components are critical airframe structural components, and the procurement necessitates contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452, with the solicitation expected to be available on or about December 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    Request for Information: BQM-34S Engine Repair, Overhaul and Conversion
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), has issued a Request for Information (RFI-N00019-242-25-076) to identify companies capable of repairing, overhauling, and converting General Electric J85-GE-100 and J85-GE-5 turbojet engines for the BQM-34S Subsonic Aerial Target program. The objective is to establish a reliable repair and overhaul capability to maintain a Ready for Issue inventory of these engines by 2026. This initiative is crucial for ensuring the operational readiness of the BQM-34S program, which plays a significant role in military training and testing. Interested parties must submit a white paper detailing their capabilities by 5:00 p.m. EST on December 15, 2025, and can direct inquiries to Kasey Tasciotti or Tamiko C. Blackson via email.
    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.
    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.