13 - SS67 MK109 MOD 1 CANOPY JETTISON ROCKET MOTOR (CJRM)
ID: N0010425RK044Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORT MECHMECHANICSBURG, PA, 17050-0788, 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 Navy, is soliciting offers for the procurement of the SS67 MK109 Mod 1 Canopy Jettison Rocket Motor (CJRM) through solicitation number N0010425RK044. This competitive requirement involves the production of explosive items, necessitating adherence to stringent safety and quality control measures, including a Safety Survey and compliance with various federal regulations regarding ammunition and explosives. The CJRM is critical for aircraft ejection systems, underscoring its importance in military operations. Interested contractors must submit their offers by September 3, 2025, and can direct inquiries to Ashley Leonard at 717-605-1686 or via email at ashley.l.leonard4.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines amendments regarding a government solicitation for a contract related to the production of specific military supplies. It details the procedures for acknowledging receipt of the amendment and the implications of any changes to offers already submitted. Key questions posed by potential contractors are addressed, clarifying technical specifications and testing requirements related to the procurement of a specific item (LINER, NSWC/IH-LINEC-8). Clarifications include updates on documentation, lot sizes for sampling, testing responsibilities, and technical challenges related to the materials used. The responses emphasize that testing is solely conducted by the NSWC IHD and specify the necessary sample requirements for final acceptance inspections. Overall, the document serves as a formal amendment and guide for contractors participating in the solicitation process, ensuring compliance with federal regulations while clarifying procurement details essential for successful bids.
    This document is an amendment to a federal solicitation, extending the due date for offers from August 6, 2025, to August 26, 2025, at 2:00 PM Eastern Time. It outlines the requirements for acknowledging receipt of the amendment, including options for contractors to confirm receipt in writing or electronically, which is necessary to avoid rejection of their offers. The document also defines protocols for contractors wishing to modify their previously submitted offers based on this amendment, emphasizing the importance of timely communication. Furthermore, it includes sections for identifying modifications to contracts/orders and the administrative authority for these changes. The administrative details, including the names and contact information of involved parties, are also included. Overall, the amendment ensures ongoing compliance with federal regulations for the solicitation process while providing essential updates to potential bidders.
    This government file details an amendment/modification for federal solicitations and contracts, specifically focusing on critical updates related to safety, cybersecurity, and supply chain integrity, particularly concerning ammunition and explosives. Key changes include extending the offer due date to September 3, 2025, and modifying delivery and performance terms, such as requiring specific shipping information and advanced reports for all shipments, especially for hazardous materials and Foreign Military Sales (FMS). The document also incorporates several Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. These clauses address safeguarding covered contractor information systems (52.204-21), NIST SP 800-171 DoD assessment requirements for cybersecurity (252.204-7020), safety precautions for ammunition and explosives (252.223-7002), and prohibitions on certain telecommunications and video surveillance equipment (52.204-24). Additionally, it covers representations regarding supply chain security (52.204-29), responsibility matters (52.209-7), arms control treaty violations (52.209-13), place of performance (52.215-6), and tax on certain foreign procurements (52.229-11). The document mandates strict compliance with safety manuals, reporting of accidents, and cybersecurity assessments, including contractor self-assessments and potential government-led assessments, with summary scores posted to the Supplier Performance Risk System (SPRS). Subcontractors are also required to adhere to these provisions, ensuring comprehensive adherence to federal regulations throughout the supply chain.
    The document is a comprehensive ammunition data card master for the CARTRIDGE IMPULSE, MK 99 MOD 1, produced by Proven Quality Products Inc. It includes detailed specifications such as National Stock Number (NSN), contract information, lot numbers, component details, shipping information, and variance notes. Key components listed range from O-rings to propellant, with relevant data on manufacturers and lot numbers. The document emphasizes the importance of accuracy in tracking ammunition for safety and operational integrity. It also outlines procedures for accessing the Worldwide Ammunition Repository Program (WARP), crucial for quality assurance and inspection processes. The data card serves as a vital record for maintenance and safety investigations, ensuring all components are traceable and compliant with military standards. Overall, it functions as a “birth certificate” for the ammunition lot, ensuring clear accountability throughout its lifecycle.
    The USAF and USN have outlined a Statement of Work (SOW) for the preparation of Ammunition Data Cards (ADCs) in compliance with MIL-STD-1168 through the Worldwide Ammunition-data Repository Program (WARP). Key requirements include strict traceability for all energetic materials, including the need for documentation like Certificates of Conformance and Quality Assurance records to ensure positive traceability during potential recalls. Contractors must list both their internal part numbers and original manufacturers' details within WARP. New ADC submissions require an approved sample before further processing, ensuring meticulous review by government agencies for accuracy. Access to WARP is restricted and necessitates DoD-approved digital certificates for security, and proper notification is required when contractors obtain new contracts. This established framework for ADC preparation and management emphasizes the importance of adhering to standards, ensuring safety, and maintaining traceability for all components used in military applications.
    The CAD/PAD Item Marking Instruction outlines the Department of Defense's (DoD) requirements for marking Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) with Item Unique Identifiers (IUID). This policy, initiated by the Under Secretary of Defense, mandates that all CAD/PAD items be marked, regardless of their dollar value, to enhance accuracy in aircraft maintenance data systems. Key marking requirements include both Human Readable Information (HRI) and Machine Readable Information (MRI) using Data Matrix ECC 200 for MRI markings, as specified in the relevant military standards and guides. The document explains the scope, specifying that it applies to both the production of new and remanufactured components, and outlines detailed marking requirements, including necessary data elements such as item nomenclature, manufacturer’s CAGE, lot number, and serial number. Strategies for the placement of these markings vary depending on item size and form, including modifications for existing labels or direct etching on items. Specific instructions apply to items delivered in kits, requiring each component to be marked while not reflecting the markings of the kit itself. Notably, waivers to the UID requirement are not permitted. This directive ensures consistent tracking and management of CAD/PAD items within DoD logistical systems, ultimately aiming to bolster operational efficiency and compliance.
    The document outlines the procedures and requirements related to Government Furnished Property (GFP) in the context of federal contracting, specifically for custodial procurement instruments. It includes essential fields such as contract numbers, item descriptions, quantities, acquisition costs, and delivery details that must be filled out to maintain compliance with government regulations. The attachment details the need for specific identifiers like NSN (National Stock Number), manufacturer information, and stipulations concerning serially and non-serially managed items. Additionally, it emphasizes the importance of adhering to formatting guidelines and requirements for each item record where critical information like model numbers and requisition status is mandatory. This document serves as a crucial resource for aiding government contracting officers in effectively managing and tracking Government Furnished Property associated with DoD contracts, ensuring clarity, accountability, and compliance with federal protocols.
    The document is a Request for Variance (RFV) submitted by ABC Manufacturing, detailing the need to add a battery voltage check to the JM60 catapult system's testing procedure. Prepared on February 14, 2024, under RFV number 24CK999-V001, the variance addresses a potential oversight where battery voltage may drop below required levels during the No-Fire sensitivity tests. The identified affected systems include the F-16 and F-22 aircraft, specifically related to the Inflation Device, Water Activated FLU-11/A, with part numbers provided. The need for this variance arises from past incidences, and corrective action is in progress through the approval of an Engineering Change Proposal (ECP) aimed at updating the relevant Technical Data Package (TDP). The document states that this variance will not impact performance, schedule, or cost, ensuring a streamlined process. The submission includes details about the supplier, contract information, and contact particulars for both the submitting authority and the contracting officer, reflecting standard protocols for internal communication within government contracting frameworks. Overall, the RFV supports compliance and enhances operational integrity while managing risk related to equipment reliability.
    This government solicitation, RFP number N0010425RK044, outlines the requirements for the procurement of SS67 MK 109 Mod 1 Canopy Jettison Rocket Motors (CJRM) and associated technical data, test samples, and production units, including those for Foreign Military Sales (FMS). Key aspects include detailed specifications for the rocket motor and its components, stringent quality control measures, packaging and marking instructions in accordance with military and federal standards, and comprehensive inspection and acceptance criteria. The document emphasizes adherence to specific material, manufacturing, and testing requirements, including radiographic inspection and the submission of detailed reports. It also addresses obsolescence alerts, project planning, and configuration control, highlighting the critical nature and safety application of these items for aircraft ejection systems.
    The government document outlines a solicitation for the procurement of the SS67 MK 109 Mod 1 Canopy Jettison Rocket Motor (CJRM) for the F-18 aircraft. It includes details regarding the contract’s nature, submission guidelines, and the requirements for the items. The solicitation is a rated order under the Defense Production Act, emphasizing compliance with stringent quality, testing, and reporting criteria. Key sections detail pricing, delivery timelines, inspection protocols, and packaging requirements. The document stipulates that all items must adhere to specified military standards and technical specifications. The contractor is required to conduct production testing, including First Article Testing (FAT) and Lot Acceptance Testing (LAT), ensuring compliance under government oversight. Additionally, it emphasizes the importance of configuration management, reporting of obsolescence issues, and compliance with cybersecurity regulations regarding defense information. Ultimately, it stresses the necessity for complete adherence to contractual specifications and timely communication of testing results, with defined penalties for delays or non-compliance. This procurement initiative reflects the government’s systematic approach to acquiring critical military equipment with attention to stringent quality assurance and accountability measures.
    Similar Opportunities
    1377 - 1377-01-550-8543 DWGY CCU-167/B Impulse Cartridge Drawing 3205AS372
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of the CCU-167/B Impulse Cartridge, identified by NSN 1377-01-550-8543. The contract will involve the delivery of 162 units, with specific requirements for first article testing, production lot testing, and contractor data requirements, all subject to safety and security regulations due to the explosive nature of the items. This procurement is crucial for maintaining operational readiness and safety in military applications, and it is open to all responsible sources, with a solicitation expected to be posted on NECO by August 25, 2026. Interested parties can reach out to Alex Bonner at 1-771-229-0390 or via email at alexander.j.bonner2.civ@us.navy.mil for further details.
    1377-01-356-7841 SP02 1377-01-356-7842 SP03
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for explosive items under the solicitation titled '1377-01-356-7841 SP02 1377-01-356-7842 SP03'. This procurement is restricted to Rockwell Collins and involves items classified under the NAICS code 325920 for Explosives Manufacturing, with a focus on cartridge and propellant actuated devices and components. The items are critical for defense operations, necessitating a Safety Survey due to their explosive nature, and a limited drawing package is available for interested contractors. The solicitation close date has been extended to July 11, 2025, at 2:00 PM Eastern Time, and interested parties should acknowledge receipt of this amendment to ensure their offers are considered. For further inquiries, contractors can contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil.
    NSN 1670-012363820, CANOPY,EJECTION SEA, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC-
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of 185 units of the Ejection Sea Canopy, identified by NSN 1670-012363820. This solicitation is classified as unrestricted and aims to fulfill a requirement for a critical component used in aircraft operations, specifically for the Stratolifter C/KC. Interested vendors should note that the required delivery timeframe is 921 days after receipt of order, and the evaluation for contract award will consider price, past performance, and other factors. For further details, potential bidders can access the solicitation on the DIBBS website, and inquiries can be directed to Grayson Andrews at grayson.andrews@dla.mil or Kenneth Wideman at Kenneth.Wideman@dla.mil.
    MT29, MT30, MT31 Rocket Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of MT29, MT30, and MT31 rocket motors. The contract involves the supply of specific items identified by their National Stock Numbers: 1377-01-246-5279 for MT29, 1377-01-246-5280 for MT30, and 1377-01-246-5281 for MT31, which are critical components in military applications. These rocket motors fall under the NAICS code 325920 for Explosives Manufacturing and the PSC code 1377 for Cartridge and Propellant Actuated Devices and Components, highlighting their importance in defense operations. Interested vendors can reach out to Stacey L. Romberger at stacey.l.romberger.civ@us.navy.mil or via facsimile at 717-605-2807 for further details regarding the solicitation process.
    1377 - 1377004091099, MD16; 1377014411650, SS17
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of explosive items under solicitation numbers MD16 and SS17. The procurement involves cartridge and propellant actuated devices and components, which are critical for various military applications, necessitating compliance with stringent safety and manufacturing standards. Interested vendors should note that paper copies of the solicitation will not be provided, and a safety survey will be required due to the explosive nature of the items. For further inquiries, potential bidders can contact Taytiana Quiero at 771-229-0433 or via email at taytiana.e.quiero.civ@us.navy.mil.
    Solicitation N0038323RC442
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a critical safety item (CSI) used in shipboard aircraft launch and recovery systems, identified by NSN 7R-1720-011581698-VX. This solicitation requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, which must include detailed technical data and compliance with stringent quality assurance and inspection requirements. The contract is a rated order under the Defense Priorities and Allocations System (DPAS), emphasizing the importance of timely delivery and adherence to specific packaging and shipping instructions. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and must direct inquiries to Timika Nicholson at (215) 697-2582 or via email at TIMIKA.D.NICHOLSON.CIV@US.NAVY.MIL.
    1420-01-365-184 CWBO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of explosive items under the title '1420-01-365-184 CWBO'. This opportunity is a competitive, 100 percent Small Business Set-aside, requiring bidders to provide a base quantity of 30 units, with an option for an additional 133.3 percent of the base quantity. The items sought are classified under the NAICS code 332993, focusing on ammunition manufacturing, and are critical for military operations involving guided missile components. Interested parties should note that paper copies of the solicitation will not be provided, and they must contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil for further details regarding the safety survey and explosive specifications.
    1377 - 1377004091099, MD16; 1377014411650, SS17
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of explosive items under solicitation numbers MD16 and SS17. The contract involves the manufacturing of cartridge and propellant actuated devices and components, classified under NAICS code 325920, with specific requirements for safety surveys and compliance with explosive weight and class specifications. These items are critical for military operations, necessitating strict adherence to safety and documentation standards, including the preparation of Ammunition Data Cards (ADCs) as outlined in associated documentation. Interested vendors can reach out to Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or by phone at 771-229-0433 for further details regarding the solicitation process.
    JAU-76/A Initiator, Cartridge Actuated and JAU-77/A Initiator, Cartridge Actuated: 200 Quantity
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support Mechanical Division, is soliciting offers for the procurement of JAU-76/A and JAU-77/A Cartridge Actuated Initiators, with a total quantity of 200 units. These initiators are critical components for the F/A-18 aircraft, and the contract will require adherence to strict military specifications, including unique item identification, detailed packaging, and quality assurance standards. The solicitation has undergone amendments, with the latest deadline for offer submissions extended to December 19, 2025, at 2:00 PM Eastern Time. Interested parties should contact Alexander Bonner at alexander.j.bonner2.civ@us.navy.mil or call 17712290390 for further information.
    1377 - NSN 1377-01-423-2502, SQ03, CCU-133/A, Impact Initiator, P/N: 6094100-101-02 and NSN 1377-01-423-1008, SQ04, BBU-58/A, Front Mount Initiator, P/N: 6092100
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure explosives-related supplies, including the NSN 1377-01-423-2502 (Impact Initiator) and NSN 1377-01-423-1008 (Front Mount Initiator), with quantities of 67 and 73 units respectively. These items are critical components in military applications, and the procurement will adhere to strict safety and security protocols due to the nature of the explosives involved. Interested suppliers are encouraged to submit capability statements, as the government intends to negotiate with a single source under FAR 6.302, with the solicitation expected to be available no earlier than the response date for this notice. For further inquiries, potential bidders can contact Andrew Emrich at 771-229-3927 or via email at andrew.e.emrich.civ@us.navy.mil.