Re-Manufacture of F-16 Canopy Jettison Rocket Motor
ID: FA8213-25-R-2029Type: Solicitation
Overview

Buyer

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

NAICS

Explosives Manufacturing (325920)

PSC

GUIDED MISSILE AND SPACE VEHICLE EXPLOSIVE PROPULSION UNITS, SOLID FUEL; AND COMPONENTS (1337)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-16 Canopy Jettison Rocket Motors under solicitation number FA8213-25-R-2029. The procurement involves the disassembly, inspection, maintenance, reassembly, testing, and finishing of government-furnished property, with a focus on ensuring that remanufactured items meet or exceed original performance standards. These rocket motors are critical components of the F-16 emergency egress system, emphasizing the importance of safety and compliance with military standards in their production. Interested contractors should contact Sharon Davis at sharon.davis.16@us.af.mil or Shasta Selwood at shasta.selwood@us.af.mil for further details, with the contract expected to cover 200 units and adhere to strict quality assurance and packaging requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The USAF & USN CAD/PAD Statement of Work focuses on the preparation and management of Ammunition Data Cards (ADC) compliant with MIL-STD-1168 standards and the Worldwide Ammunition-data Repository Program (WARP). Key requirements include detailed traceability of all energetic materials, ensuring original manufacturer part numbers, lot numbers, and manufacturing dates are documented for future recalls. Contractors must also provide evidence of compliance through certification documents, and they can include their internal part numbers alongside the manufacturer's data. The document outlines the process for submitting sample and production ADCs through WARP, emphasizes the need for approvals from government agencies, and specifies access procedures for both contractors and government personnel. The ADCs must be submitted accurately to facilitate approval and inclusion in the government’s database, which enhances ammunition traceability. Overall, this Statement of Work demonstrates the government's stringent requirements for documenting ammunition data to enhance safety, accountability, and compliance in munitions management, reflecting the critical nature of the process within federal contracting and grants.
    The CAD/PAD Item Marking Instruction document outlines the Department of Defense's requirements for marking Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) with Unique Item Identifiers (IUID). The instruction mandates that both Human Readable Information (HRI) and Machine Readable Information (MRI) be included on CAD/PAD components, facilitating accurate tracking within aircraft maintenance systems. The document specifies the required markings, including the Manufacturer's CAGE code, Item Part Number, Lot Number, Serial Number, and Date of Manufacture. It emphasizes the use of Data Matrix ECC 200 for MRI, as guided by relevant military standards. Additionally, it details placement for these marks on various sizes and shapes of items, including labels and data plates, while providing specific considerations for items too small for direct marking. Kit delivery requirements are also addressed, confirming unique identifiers for individual components within a kit. Lastly, the document states that no waivers for IUID requirements will be permitted, further reinforcing strict adherence to marking standards. This instruction is essential for compliance in fulfilling DoD procurement contracts and enhancing operational efficiency within defense logistics.
    The document outlines a Contract Data Requirements List for the U.S. Department of Defense related to Contract/PR No. FD2020-25-50024, focusing on various data items associated with ammunition systems identified by National Stock Numbers 1377-01-327-7872 and 1377-01-327-7873. Five key data items are specified: 1. **Ammunition Data Card (ADC)**: Required after lot acceptance testing, annotated electronically through Wide Area Workflow (WAWF), and applicable for each production lot. 2. **Lot Acceptance Test Plan**: To be submitted within 90 days before testing with a 30-day review period. Changes require prior notification to the AFLCMC/EBHJ office. 3. **Test/Inspection Report**: Due 30 days post-lot acceptance test completion, with an emphasis on the contractor's format and submission via WAWF. 4. **Failure Summary & Analysis Report**: Must be submitted within specific timelines upon failures observed during testing, highlighting rapid reporting protocols. 5. **Quality Assurance Program Plan (QAPP)**: Expected within 30 days post-contract award, requiring prior approvals for changes. All items carry distribution restrictions under export control laws, ensuring sensitive technical data is shared securely within authorized government entities. The structure maintains strict compliance with outlined reporting and submission procedures, illustrating the Department of Defense's detailed oversight in procurement and quality assurance processes.
    The document outlines the procedures for the rework and repair of nonconforming materials in government contracts. Rework involves completely bringing an item into compliance with specifications, while repair aims to make it usable without fully conforming to requirements. Contractors must document both procedures and submit them for government approval, detailing the cause of nonconformances and preventive actions. The rework process requires oversight by the Government Quality Assurance Representative (QAR), while repair requests must be submitted via DD Form 1694 to the contracting officer. Additionally, all rework or repair processes must include provisions for reinspections to ensure the items meet necessary standards. This guideline emphasizes that rework and repair requirements extend through the supply chain to subcontractors and suppliers, ensuring compliance across all levels of production and delivery.
    The document outlines a Request for Proposal (RFP) issued by the Department of the Air Force for the remanufacture of F-16 rocket motors. It details the solicitation number FA8213-25-R-2029, specifying that it is an unrestricted acquisition with a focus on supplies and services related to explosives manufacturing. The document emphasizes the required firm fixed price for 200 units, delivery timelines, and various inspection and acceptance criteria. Key elements include mandatory compliance with quality assurance standards and regulations, including Buy American Act provisions. Additionally, it stipulates the importance of proper packaging, marking, and handling of hazardous materials in line with military specifications. The contract is designated a rated order under the Defense Priorities and Allocations System, reflecting its importance to national defense. The document also details the administrative processes for invoicing and payments, emphasizing the use of the Wide Area Workflow system for submission. It highlights the government's authority to cancel the solicitation without obligation and the necessity for compliance with multiple federal acquisition regulations. This RFP demonstrates the government's effort to ensure safety, quality, and compliance in defense procurement.
    The document outlines specifications for two types of rocket motors, identified by their National Stock Numbers (NSNs): 1377013277872ES and 1377013277873ES. Both items, categorized under critical military inventory, are intended to generate thrust through explosive propellant combustion, with detailed measurements of 12 inches in length, 3.6 inches in width, and 2.2 inches in height, weighing 2.5 pounds each. Various codes related to security, demilitarization, and criticality are provided. The materials used are classified as Explosives 1.3C with a helium content of 0%. The initiator for these specifications is Andrew E. Schow from the OO-ALC / ITES office, and logistical contact information is included. The summary indicates that the procurement of these rocket motors aligns with military applications and inventory management, highlighting the importance of safety and sensitive data in the context of government contracts and requisitions.
    The document outlines the justification for establishing qualification requirements for the Canopy Jettison Rocket Motor (CJRM) used in F-16 aircraft, referencing FAR 9.202(a) and DoD 4120.24M. It emphasizes that the motor's manufacturing precision is critical to the aircraft’s operational integrity, necessitating specialized facilities and meticulous quality assurance processes. Prospective bidders must demonstrate their capability to meet these standards, including compliance with production, testing, and inspection protocols. The qualification process requires bidders to submit a notice of intent, certify their facilities, provide detailed test and evaluation plans, and document their production processes, all while allowing government inspections. The estimated costs for qualification range significantly, reflecting the complexity of meeting military standards, with a projected timeframe of about 360 days for completion. The document also stipulates that previous experience may allow for waivers on certain requirements. Ultimately, firms must be fully qualified to compete for contracts, ensuring that only capable sources are approved for this safety-critical item. The approval does not guarantee contract awards but is necessary for eligibility.
    The Statement of Work outlines the requirements for preservation, packaging, and marking necessary for military packaging in compliance with several standards, including MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. The document details responsibilities for handling hazardous materials, ensuring compliance with international regulations such as ICAO and IATA, and requirements for using reusable shipping containers as per AFMC Form 158. Additionally, it emphasizes the need for accurate documentation, including Safety Data Sheets (SDS) for hazardous materials in line with FED-STD-313. Contractors are also required to report discrepancies using WebSDR if packaging fails to meet the specified requirements. The document underscores the importance of adhering to standards for packaging materials, especially for items sensitive to electrostatic forces and those in specialized shipping containers. Compliance with these guidelines is essential for the successful and safe transport of materials in military operations, reinforcing the government's emphasis on stringent packaging regulations within RFPs and contracts.
    The United States Air Force (USAF) has issued a Sources Sought Synopsis (Number: FA8213-25-R-2029) to explore potential sources for the re-manufacture of F-16 canopy jettison rocket motors (CJRM). This request is part of a market research effort aimed at identifying responsible entities, particularly small businesses, that can provide engineering and manufacturing capabilities for specific CJRM components. The designated North American Industry Classification Systems (NAICS) code is 325920 for Explosive Manufacturing, with a size standard of 750 employees. Interested parties are encouraged to respond with their small business status, relevant experience in engineering and manufacturing similar components within the last five years, and company profiles, including employee count and office location. Notably, the Air Force indicates that no proposals or contracts will result from this synopsis, and there is limited technical data available to support potential offers. Interested companies must respond by 5 PM on January 30, 2025. Questions can be directed to Shasta Selwood via email or phone. This synopsis showcases the Air Force's commitment to engaging small businesses and ensuring competitive procurement processes while adhering to federal guidelines.
    The document outlines the Statement of Work (SOW) for the remanufacturing of F-16 Canopy Jettison Rocket Motors, identified as PR FD2020-25-50024. It details the scope of work, which includes disassembly, inspection, maintenance, reassembly, testing, and finishing of government-furnished property (GFP). Key objectives include ensuring that remanufactured items meet or exceed original performance standards, with 100% of parts and materials conforming to established requirements. Strict reporting and quality assurance measures are emphasized, including failure analysis and corrective action reporting in the case of test failures. The document states safety protocols related to the handling of explosive materials, adherence to regulatory standards, and the incorporation of specific technical orders and directives during the remanufacturing process. Overall, this SOW serves to guide contractors in delivering high-quality, reliable performance of vital components of the F-16 emergency egress system, ensuring compliance with military standards and safety regulations.
    The REPSHIP document outlines the data requirements for the shipment of hazardous materials (HAZMAT) and inert component parts within the Continental United States (CONUS) and from CONUS to overseas locations. It specifies the information needed for shipments, including shipment date, estimated time of arrival, required delivery dates, carrier details, bill of lading numbers, and various shipment characteristics such as weight and hazard classification. A key focus is on individual shipments and the need for repeated data representation for multiple shipment units or conveyances. Additionally, it highlights categories for security risk and controlled item inventory codes, aimed at ensuring proper logistics management and regulatory compliance within the Department of Defense. This structured directive is essential for maintaining safety and accountability in hazardous material transport.
    The document outlines critical packing and shipping requirements for munitions, specifically managed by GULAA-HILL Air Force Base. It categorizes packaging into Level A and Level B, with specific guidelines for overpacking and integrity maintenance of previously packaged items. Level A protection is mandatory for high-risk materials, with explicit instructions for secure packaging to prevent damage during military operations. Additionally, it discusses compliance with international standards for wood packaging material (WPM) to prevent invasive species during global shipments, stating that all wooden packaging must be made from debarked wood and heat-treated. Certification from recognized agencies is required for compliance with the International Standards for Phytosanitary Measures (ISPM No. 15). The document is structured into notices and guidelines regarding packing, hazard classification, and international standards, highlighting the importance of adhering to stringent regulations to ensure safe transportation and storage of munitions. This information is vital for government contractors involved in defense logistics.
    Similar Opportunities
    F-16 Motor Pump Sub Assembly NSN 1650-01-084-8397WF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of 18 F-16 Motor Pump Subassemblies (NSN 1650-01-084-8397WF) intended for Foreign Military Sales to Israel. This solicitation, numbered FA8212-26-Q-0002, includes updated requirements for cybersecurity compliance, production, and delivery terms, emphasizing adherence to the Cybersecurity Maturity Model Certification (CMMC) Level 2 standards. The F-16 Motor Pump Subassembly is a critical component used in the aircraft's control systems, underscoring its importance in maintaining operational readiness. Interested contractors must submit their quotations by February 4, 2026, with a required delivery date set for July 30, 2027. For further inquiries, potential bidders can contact Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    F-15 SMDC Initiators
    Dept Of Defense
    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.
    REPAIR TUBE ASSEMBLY / 26F, F-16 FIGHTING FALCON AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide repair tube assemblies for the F-16 Fighting Falcon aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 40 units, and requires compliance with specific manufacturing standards and first article testing. The items are critical components for maintaining the operational readiness of military aircraft, emphasizing the importance of quality and reliability in defense logistics. Interested vendors must register on DLA ProcureX to participate in the reverse auction process, and the solicitation is expected to be issued on or about November 18, 2025; for further inquiries, contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This procurement is part of Foreign Military Sales (FMS) to Bulgaria and Taiwan, requiring compliance with specific quality standards, including AS9100 and Cybersecurity Maturity Model Certification (CMMC) Level II. The mounting bases are critical components for the F-16CG aircraft, with a delivery deadline set for December 31, 2028. Interested contractors must submit their quotations by January 6, 2026, and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.
    Fuel Starter
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of 11 F-16 Fuel Starters, identified by NSN 2910-01-135-5681. This acquisition is restricted to qualified sources, specifically AAR (CAGE 1Y249), RTX (CAGE 55820), and Hamilton Sundstrand (CAGE 99167), and is intended for Foreign Military Sales (FMS) customers under FMS Case MO-D-SAH. The Fuel Starters are critical components for the F-16 aircraft, ensuring reliable engine performance and operational readiness. Proposals must be submitted by the specified deadline, with delivery requirements set for June 14, 2027, and interested parties can contact Scottina Malia at scottina.malia@us.af.mil for further information.
    F-16 Multiplier Assembly
    Dept Of Defense
    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.
    F-16 TANK, FUEL, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking information regarding the procurement of fuel tanks for F-16 aircraft, specifically the NSN 1560-01-102-6385. The primary objectives of this opportunity are to conduct market research to identify potential sources capable of fulfilling the agency's requirements and to enhance competition by improving access to acquisition information for small businesses. The estimated quantity required is 15 units, with a delivery deadline set for September 30, 2027. Interested parties are encouraged to submit capability statements or proposals to Kody Quayle at kody.quayle@us.af.mil within 15 days of this notice, noting that this is not a request for proposal and the requirement is not expected to be set aside for small businesses.
    F-16 Power Supply
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of F-16 Power Supply units, specifically under the notice type of Sources Sought. The primary objectives of this procurement are to conduct market research to identify potential suppliers capable of meeting the agency's requirements and to enhance competition by providing information on contracting and subcontracting opportunities. The estimated quantity required is four units, with a delivery schedule set for January 20, 2027, and it is noted that this requirement is not expected to be set aside for small businesses. Interested parties can reach out to Kody Quayle at kody.quayle@us.af.mil for further information and to express their capabilities within 15 days of this notice.
    FD2030-25-01565
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.