Rocket Assisted Take Off (RATO) motors and initiators for the BQM-167A Aerial Target Drone
ID: FA821324RB011Type: 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, specifically the Department of the Air Force, is seeking qualified contractors to establish a five-year indefinite delivery-indefinite quantity (IDIQ) contract for the procurement of Rocket Assisted Take-Off (RATO) motors and initiators for the BQM-167A aerial target drone. This acquisition aims to ensure reliable and efficient launch capabilities for the drone, which plays a critical role in military training and operational scenarios. Interested parties must demonstrate compliance with stringent qualification requirements, including first article testing and adherence to various military standards, with a maximum contract value of $48 million and a minimum guaranteed order of 150 units. For further inquiries, potential bidders can contact Jesse Whinham at jesse.whinham@us.af.mil or Ryan Mitchell at ryan.mitchell.21@us.af.mil, with proposals due as specified in the draft solicitation documents.

    Files
    Title
    Posted
    The AIRMUNITION SPECIFICATION (version June 20, 2023) outlines contract requirements for the provision of advanced ammunition shipment reports, lot numbering, serialization, and compliance with various military standards. Vendors must ensure timely reporting of shipments, utilize specific marking and tracking practices for items, and adhere to physical security measures for handling Arms, Ammunition, and Explosives (AA&E). Detailed testing and documentation are mandated for hazardous materials, with obligations to submit performance data, risk assessments, and quality assurance plans. Key sections include requirements for a Quality Assurance Program Plan meeting ISO 9001 standards, as well as procedures for managing diminishing manufacturing sources and mitigating counterfeit risks. The contractor is also responsible for compliance with critical safety item regulations, the submission of various reports, and organization of program and technical reviews. The document highlights the need for communication with government authorities regarding test failures and emphasizes the importance of maintaining traceability for all materials. Additionally, it sets expectations for post-award meetings and monthly progress reports, ensuring transparency and accountability throughout the contract period.
    The document outlines the requirements for contractors regarding critical characteristics control (CCC) in government contracts. It emphasizes the importance of preventing nonconforming critical characteristics through a robust CCC plan, which must be approved by the Procuring Contracting Officer (PCO). Contractors are instructed to document and maintain processes, including mistake-proofing techniques, and to establish an inspection system to ensure no critical nonconformance escapes occur, targeting a calculated risk of 1 in a million. In the event of a nonconformance, contractors must promptly identify and segregate the issue, notify the government within one business day, and investigate to determine the root cause. The document also allows for developing Critical Plans of Action (CPOA) to address identified issues, which require government approval and annual reviews. Overall, the document serves to ensure contractors maintain high standards in quality control and accountability, ultimately safeguarding safety and compliance throughout production processes. It establishes a clear framework for managing critical characteristics relevant to federal contracts, particularly in contexts where safety and reliability are paramount.
    This document outlines the packaging and handling requirements for shipments involving wooden packaging materials (WPM) in compliance with United Nations regulations, particularly regarding invasive species threats like the pinewood nematode. It mandates that all wooden materials must be constructed from debarked wood and treated through heat application. Certification from an accredited agency is required, following the International Standards for Phytosanitary Measures (ISPM No. 15). The document also includes specific instructions regarding munitions packaging, highlighting necessary overboxing for level A packing and maintaining shipment integrity. Furthermore, it states that repackaging is not required for assets packaged under previous standards if maintained properly. Safety instructions detail the necessity of proper hazard classifications, with specific references to MIL-STD-129 for ammunition marking requirements. Overall, this guidance is crucial for ensuring compliance with both safety and international trade regulations related to wood packaging materials.
    The document outlines packaging and shipping requirements for ammunition managed by the 406th Supply Chain Management Squadron at GULAA-Hill Air Force Base. Key directives include Level A packing standards, which mandate that Level B packs must be overboxed properly to safeguard items during severe global shipping and handling scenarios. Specific procedures for wrapping, sealing, and cushioning items within shipping containers are detailed to ensure safe transport. Furthermore, it addresses international compliance regarding wood packaging materials, particularly to mitigate risks from invasive species like the pinewood nematode. All wooden materials used must be debarked and heat-treated according to ISPM No. 15 regulations, verified by accredited agencies. Notably, proper hazard classifications are crucial, and shipments must include the necessary classification documentation. Overall, the guidance serves to ensure the safe and compliant transportation of military munitions, adhering to rigorous standards set by federal regulations.
    The document outlines packaging and construction requirements for wooden containers, specifically for Department of Defense (DoD) assets. It emphasizes that staples should not be used for assembly and mandates the use of a minimum of 3/8 plywood. The notices regarding munition packaging stress that previously packaged assets do not need reconditioning if integrity is intact, and highlight compliance with hazard classifications for shipments. Additionally, it covers international standards for wood packaging materials (WPM), addressing concerns about invasive species, particularly the pinewood nematode. All wooden materials used must be debarked and heat-treated, with certification required from recognized agencies. The document serves as a compliance guide for federal and state agencies involved in the packaging and shipping of wood-based materials, ensuring adherence to health, safety, and environmental regulations.
    The document is a Contract Data Requirements List (CDRL) associated with federal government contracting, specifically concerning ammunition data and related reporting requirements for contractor submissions. It outlines multiple data items, including an Ammunition Data Card (ADC), Performance Oriented Packaging Test Report, Engineering Change Proposal, and several other technical documents essential for compliance with the Air Munitions Specification. Key topics include: - Submission timelines, where contractors must submit reports like the ADC within specified periods post-acceptance tests, and guidelines for electronic submissions through the Wide Area Workflow (WAWF). - Distribution statements restricting the data to Department of Defense and selected contractors, aligned with national security regulations under the Arms Export Control Act. - Detailed instructions on data format, document completeness, and subsequent steps for government approval or disapproval of submissions, emphasizing timely communication for compliance with contractual obligations. Overall, the document serves as a comprehensive guide to contractor responsibilities in managing and submitting critical technical documentation as part of defense procurement activities.
    This document outlines the justification for establishing qualification requirements for the procurement of Rocket Assisted Take-Off (RATO) Rocket Motors, identified by stock and part numbers. It emphasizes the necessity of adherence to stringent manufacturing standards to ensure the reliability and functionality of these critical components used in the BQM-167A Aerial Target Drone. The qualifications must be demonstrated before any contract award to mitigate risks associated with functional failures that could jeopardize aircraft mission capabilities. Key requirements include the offeror's ability to provide proper facilities and equipment, verify possession of comprehensive manufacturing data, and comply with specified testing and evaluation procedures. The document notes that potential costs for this qualification process may reach up to $5 million, with an estimated completion time of 180 to 360 days. Offerors may request waivers for certain requirements based on prior experience but must still comply with essential qualifications. Approval as a qualified source does not guarantee contract awards, illustrating that while meeting the qualifications is critical, it’s only part of the procurement process. This document plays a vital role in ensuring that only reliable and capable suppliers are engaged in the production of sensitive military components.
    The document outlines the justification for establishing qualification requirements for the Rocket Assisted Take-Off (RATO) initiator, a component critical for launching the BQM-167A aerial target drone. Due to the critical functional role of the initiator, rigorous qualification standards are necessary to ensure reliability and safety, with potential failures resulting in aircraft mission degradation or loss. Prospective bidders must demonstrate their ability to meet strict criteria involving manufacturing, testing, and facility requirements, with qualifications needing to be fulfilled before contract awards. Essential steps include notifying the contracting officer of intent to qualify, verifying facilities and equipment, and conducting comprehensive testing. An estimated cost of $100,000 for government-unique testing is outlined. The qualification process is projected to take between 180 to 360 days, and waivers for certain requirements may be granted based on prior experience. Ultimately, while meeting these qualifications allows an offeror to be listed as an approved source, it does not guarantee a contract award, emphasizing the competitive and regulated nature of defense procurement.
    The document outlines the performance specification for the BQM-167A Rocket Assisted Take-off (RATO) rocket motor sub-system, intended for ground-launching the BQM-167 Subscale Aerial Target drone. It describes the RATO's mission, operational performance, system requirements, and general verification criteria. Key features include a mechanical interface with a thrust adapter, design parameters for dimensions and weights, thrust outputs of 8,900 lbf nominal, and operational reliability of not less than 95%. The RATO must withstand various environmental conditions (humidity, temperature, altitude) with specified action times and impulse capabilities. Safety requirements are stringent, involving compliance with military standards regarding packaging, storage, and potential hazards. Qualification tests, including static and flight testing, are essential before production. This specification ensures the RATO sub-system meets military operational needs while adhering to rigorous safety and quality assurance standards, emphasizing objective performance and reliability. Such documents are vital in the context of government Request for Proposals (RFPs), ensuring suppliers meet military specifications for advanced defense technologies.
    The document outlines the Statement of Work for packaging, preservation, and marking requirements for military materials, emphasizing compliance with various Department of Defense (DoD) standards and specifications. It specifies the use of military packaging standards such as MIL-STD 2073-1, which guides the development of packaging, and MIL-STD 129, which governs military marking for shipment and storage. The guidelines also cover packaging for hazardous materials, requiring adherence to international regulations and safety standards. Contractors are instructed to use proper labeling and maintain reusable shipping containers, while discrepancies in packaging must be reported via the Web Supply Discrepancy Report system. The document serves as a comprehensive framework for contractors involved in the military procurement process, ensuring that they follow strict guidelines for packaging and shipment to guarantee the safety and compliance of military materials during transport. Compliance with these specifications is critical for facilitating efficient logistics and protecting both personnel and materials during military operations and engagements.
    The document outlines the ordering periods and pricing for the procurement of RATO Rocket Motors and Initiators, categorized under Firm Fixed Price (FFP) contracts. It defines five distinct ordering periods, with each period specifying quantity ranges for the items: 51-100 EA, 101-150 EA, 151-200 EA, 201-250 EA, 251-300 EA, and 351-400 EA. Each ordering period retains the same quantity structure, indicating a stable demand forecast throughout the contract's duration. The National Stock Numbers (NSN) are provided for both the motor and the initiator, emphasizing the specificity required for procurement processes within government contracts. This structured pricing and ordering system is crucial for streamlining acquisitions while adhering to federal regulatory standards, ensuring consistency and clarity for prospective suppliers responding to this Request for Proposal (RFP).
    The document outlines the Statement of Work (SOW) for preparing Ammunition Data Cards (ADC) in accordance with the USAF Airmunitions Specification. ADCs must adhere to MIL-STD-1168 and utilize the Worldwide Ammunition-data Repository Program (WARP) format. It details the criteria for assigning lot numbers for energetic materials such as explosives, ensuring traceability to manufacturer-specific information. Contractors must submit a sample ADC before commencing production, which will be reviewed by the Defense Contract Management Agency (DCMA) Quality Assurance Representative (QAR). Access to WARP requires a valid DoD digital certificate, with distinct procedures outlined for contractors and government employees for obtaining necessary access. The document emphasizes the importance of accurate data entry into the system, highlighting that proper notification systems and information updates are critical for compliance and accuracy. By following these procedures, the SOW aims to maintain systematic and traceable records of ammunition data, ensuring adherence to military standards across all contractors and government entities involved in munitions management. Overall, this SOW reflects the USAF's commitment to standardizing ammunition data handling, promoting operational efficiency and regulatory compliance.
    The solicitation seeks to select an approved manufacturer for Rocket Assist Take Off (RATO) motors and initiators, subject to the discretion of the Source Selection Authority (SSA) regarding contract awards. The government plans to issue a firm-fixed-price contract with a five-year ordering period using Lowest Price Technically Acceptable (LPTA) criteria. Proposals must be comprehensive, clear, and adhere strictly to provided instructions to avoid disqualification. Offerors are advised to present a standalone volume for each respective proposal segment: Price, Technical Capability, and Contract Documentation, with specific page limits defined for each. Proposals must be submitted electronically and comply with formatting requirements, including detailed indexing and the inclusion of a glossary of acronyms. Evaluations will focus on pricing transparency, technical approach, and compliance with government standards. Further, the proposal process excludes elaborate presentations, and amendments to the solicitation must be acknowledged. Overall, the document outlines the expectations, structure, and submission criteria for prospective offerors in pursuit of the contract opportunity.
    The document outlines the evaluation criteria for a government Request for Proposals (RFP) using Lowest Price Technically Acceptable (LPTA) procedures for the acquisition of RATO motors and initiators. The primary focus is on awarding a contract to one contractor based on pricing and technical capability, with no additional credit for exceeding technical requirements. The evaluation includes two main factors: price and technical proposal, with a stepwise evaluation that starts with the lowest price. Proposals are assessed for completeness, reasonableness, and balance, and must be technically acceptable to advance. A comprehensive evaluation methodology is provided, where the Total Evaluated Price (TEP) dictates award decisions. Technical capability is linked to the offeror's expertise and production plans, evaluated on an acceptable/unacceptable basis. The documentation emphasizes that offerors should submit their best proposals initially, as discussions may not be held. Additionally, a pre-award quality survey will assess contractor facilities and safety compliance for ammunition and explosives. Overall, the document ensures a fair and systematic approach to contractor selection, adhering to regulatory standards.
    The document outlines the responsibilities of contractors regarding the preparation of Energetic Material Description Sheets and Propellant Loading Authorization Sheets in accordance with the military standard MIL-STD-1171B, as specified in the Contract Data Requirements List (CDRL). Contractors are required to utilize the Worldwide Ammunition-data Repository Program (WARP) for storing these documents and must access the Munitions History Program (MHP) network to interact with WARP. The outlined requirements extend to contractors’ suppliers and subcontractors. Data sheets must be entered directly into the WARP system, where the contractor’s typed signature is deemed legally equivalent to a handwritten one. This signature certifies the accuracy and truthfulness of the information provided. The purpose of this document is to ensure compliance with military standards while establishing clear protocols for the documentation and authorization processes related to energetic materials, which is critical for maintaining operational integrity and safety in military operations. The emphasis on legal accountability and data management underlines the importance of accuracy in the handling of sensitive materials.
    The REPSHIP document outlines the data requirements for the shipment of hazardous material (HAZMAT) and inert components within the continental United States (CONUS) and between CONUS and overseas locations. It serves as a guideline for shipping activities to report shipments accurately to domestic customers or transshipping authorities. The essential data elements required include shipment and arrival dates, carrier information, Bill of Lading numbers, shipment cargo descriptions, security categories, and controlled item codes, among others. The document stipulates procedural notes for handling multiple shipment units and clarifies the necessity of separate REPSHIP reports for distinct modes of transportation. The primary objective of this document is to ensure compliance and standardization in reporting HAZMAT shipments, highlighting the importance of meticulous record-keeping to enhance safety and operational efficiency in military logistics. Overall, it provides crucial insights to military and logistics personnel on required documentation practices for hazardous materials transport.
    The document outlines the procedures for addressing nonconforming materials as part of government contracts. It distinguishes between "rework"—fully conforming the material to specifications—and "repair," which mitigates nonconformity but does not ensure full compliance. Contractors must submit detailed rework procedures for government review, while repair procedures require approval via a Request for Deviation/Waiver. Each submission must include the causes of nonconformance and corrective actions to prevent recurrence. Furthermore, both rework and repair processes necessitate reinspection to ensure compliance with reprocessing standards. The document emphasizes that these requirements extend to all levels of the supply chain, affecting contractors, suppliers, and subcontractors. Overall, it establishes a framework to ensure that nonconforming materials are managed effectively, ensuring quality assurance within government projects.
    The document outlines key information regarding upcoming federal and state-level Requests for Proposals (RFPs) and grant opportunities. It emphasizes the need for collaboration between governmental bodies and potential contractors to achieve program objectives across various sectors, including health, education, and infrastructure. The RFPs aim to solicit innovative solutions and services that align with federal guidelines and local community needs. Grant objectives focus on funding recipients that demonstrate clear project viability, expected impact, and adherence to compliance standards. The document highlights critical deadlines for submission, eligibility criteria, and evaluation metrics that will be employed to assess proposals. This initiative signifies a strategic government effort to bolster public sector capabilities and address pressing community challenges through effective partnerships and resource allocation. Overall, the emphasis is on transparency, accountability, and fostering competitive bidding to ensure best practices and optimal use of taxpayer funds.
    The government document outlines a range of federal and state-level Requests for Proposals (RFPs) and grants aimed at enhancing community services and infrastructure projects. The main purpose is to solicit proposals from potential contractors and organizations that can deliver effective solutions to specified needs, such as public health initiatives, environmental conservation, and education programs. Key elements include grant eligibility requirements, submission timelines, and evaluation criteria for assessing proposals. The document emphasizes collaboration with local governments and non-profits to foster community engagement and ensure transparency in fund allocation. The overarching goal is to obtain innovative responses that align with strategic objectives set forth by various federal agencies, ultimately improving public welfare and stimulating economic growth. This initiative reflects a commitment to enhancing services and infrastructure while adhering to regulatory standards and maximizing resource utilization for community benefit.
    The document outlines the procedures and requirements for conducting a First Article Test (FAT) for RLU-2/B Rocket Motors and initiators. The FAT must adhere to contract specifications and Quality Assurance Provisions (QAPs), ensuring the sample reflects the regular production process, utilizing identical materials and processes. Various exemptions from inspections and tests are permitted if prior evaluations and certifications are documented in the First Article Test Report. The contractor must also describe inspection results thoroughly, including official findings from the Government Quality Assurance Representative on Form DD 1222. Additional samples may be required under certain conditions such as major design changes or significant production lapses, with associated costs borne by the contractor. This document is part of federal contracting standards aiming to uphold quality and compliance in defense manufacturing processes, ensuring reliability and safety in military applications.
    The document outlines the requirements for Acceptance Inspection Equipment (AIE) used by contractors to ensure product compliance within Air Force contracts. It specifies definitions for key terms such as Acceptance Inspection Equipment, Automated Acceptance Inspection Equipment, and Non-destructive Testing (NDT), among others. The scope includes the design, supply, and maintenance of AIE, detailing the documentation and approval processes for both Government and contractor designs. Contractors must provide all necessary AIE, demonstrating its reliability with required calibration and verification to detect non-conformance accurately. Furthermore, the narrative emphasizes submission guidelines, such as documenting all correspondence in English and ensuring consistent units of measurement. Moreover, it mandates contractors to verify that AIE remains unaffected by manufacturing conditions and outlines the government's rights regarding the disapproval of AIE that fails to meet criteria. Critical points include the contractor's responsibility for submitting AIE designs per specified timelines and the obligation to notify the government about modifications. This document serves as a framework for ensuring thorough inspection and quality assurance standards are met in defense contracting, aligning with broader governmental objectives for precision and reliability in military procurements.
    The document outlines a draft RFP for a procurement contract designated for Women-Owned Small Businesses (WOSB) focusing on the acquisition of RATO rocket motors and initiators. It includes essential details such as requisition and contract numbers, due dates, and specifications for submitting offers, with an emphasis on contractor qualifications and obligations. The contract spans five ordering periods over five years with a minimum guaranteed order of 150 units and a maximum value of $48 million. Eligible contractors are required to undergo first article testing, which must be conducted under government supervision to ensure compliance with specified standards. Delivery timelines and locations are clearly indicated, including FOB terms. Furthermore, the RFP emphasizes adherence to the Buy American Act and mandates the use of new materials. The document incorporates various Federal Acquisition Regulation (FAR) clauses and emphasizes the need for compliance with inspection and acceptance protocols. Overall, it aims to provide a structured framework for contractors to fulfill contract requirements while fostering participation from economically disadvantaged and women-owned businesses in governmental procurement processes.
    Similar Opportunities
    BDU-50 D/B CDI Practice Bombs with MHU-149/E Pallet or MHU-122/E Pallet
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - Rock Island, is soliciting proposals for the procurement of BDU-50 D/B CDI Practice Bombs, specifically with MHU-149/E or MHU-122/E pallets. This competitive Request for Proposal (RFP) aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum guaranteed quantity of 8,004 units, to support military training operations. The contract will be awarded based on a best value assessment, considering both price and non-price factors, with a projected award date in the third quarter of FY2025. Interested offerors must submit their proposals by October 17, 2024, and can direct inquiries to Elizabeth Miller at elizabeth.m.miller174.civ@army.mil or Kelly K. Clifton at kelly.k.clifton.civ@army.mil.
    13 - MD99 Divergence Rocket Motor
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of the MD99 Divergence Rocket Motor. This opportunity is restricted to Rockwell Collins and Nammo Defense, and it involves the supply of explosive items, necessitating a Safety Survey and adherence to specific explosive weight and class requirements as detailed in the solicitation. The procurement is critical for defense operations, emphasizing the importance of reliable and safe explosive components. Interested parties can reach out to Ashley Leonard at ashley.leonard@navy.mil or via facsimile at 717-605-2807 for further details, noting that a limited drawing package is available but not on CD, and paper copies will not be provided.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Joint Threat Emitter (JTE) Program/Logistics Support under solicitation number FA8210-24-R-5014. This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing comprehensive support for the JTE system, including software maintenance, training, and logistics for various command and control units over a five-year period, with an estimated maximum value of $250 million. The JTE system is crucial for military training and operational readiness, facilitating realistic threat simulation for air defense systems. Interested contractors must submit their proposals, adhering to specific guidelines and deadlines, and can direct inquiries to Patrick Robello at patrick.robello.1@us.af.mil.
    Re-palletization and shipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the re-palletization and shipment of pallets currently located at Raytheon Technologies (RTX). The primary objective of this procurement is to repair these pallets and facilitate their shipment to a predetermined location, with the requirement to complete the shipment by April 1, 2025. This contract is critical as it involves the handling of guided missile components, underscoring the importance of maintaining operational readiness and supply chain integrity for defense operations. Interested parties must have access to RTX facilities and can contact Jesse Whinham at jesse.whinham@us.af.mil or 801-775-3237 for further details regarding this sole source Firm Fixed Price contract.
    MK 255 MOD 1 AA17 5.56MM RRLP CARTRIDGE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting proposals for the procurement of MK 255 MOD 1 AA17 5.56MM Reduced Ricochet Limited Penetration (RRLP) cartridges. This procurement aims to support the mission requirements of the Naval Special Warfare Command (WARCOM) and the United States Special Operations Command (USSOCOM), with an anticipated contract value of approximately $28 million. The contract will be a five-year, Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) supply contract, requiring delivery of 750 boxes of cartridges within 180 days after order receipt, followed by 1,000 boxes every 60 days thereafter. Interested parties must submit proposals by October 14, 2024, at 2:00 PM EDT, and can direct inquiries to Devin Wilson at devin.m.wilson15.civ@us.navy.mil or by phone at 812-227-0679.
    Request for Information - 40 HP Outboard Motor and Ancillary Equipment for Combat Rubber Raiding Craft
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified vendors to provide a 40 HP outboard motor and ancillary equipment for the Combat Rubber Raiding Craft (CRRC) utilized by Special Warfare personnel. The procurement aims to identify sources capable of delivering motors that can propel a 1,500-pound payload at a minimum speed of 15 knots, with capabilities for submersion, recovery, and multi-fuel operation, along with a complete set of ancillary equipment. These motors are critical for various mission roles, including rescue operations, infiltration/exfiltration during combat, and administrative support in training scenarios. Interested parties must submit their capabilities packages by October 16, 2024, and can direct inquiries to Jamie Sclafani at jamie.sclafani@us.af.mil.
    F-22 Tier 2 Parts Racks & Horizontal Stabilator Dollies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of five Tier 2 Parts Racks and four Horizontal Stabilator Dollies for the F-22 aircraft, aimed at enhancing maintenance operations within the 309th Aircraft Maintenance Group. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) approach, with a firm fixed price structure, emphasizing compliance with federal regulations and quality standards. These specialized racks and dollies are critical for preventing damage to aircraft coatings during maintenance and facilitating the transport of Horizontal Stabilator units. Interested parties must submit their proposals by the specified deadlines, and for further inquiries, they can contact Jason Neering at jason.neering@us.af.mil or Angie Poll at angela.poll@us.af.mil. The initial prototype is due within 150 days of contract award, and the solicitation documents, including updated drawings and specifications, are available for review.
    25--TORQUE ROD,TANDEM A
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Torque Rod, Tandem A, under solicitation number NSN 2530015739757. The requirement includes a quantity of 191 units, with delivery expected within 73 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $250,000. This procurement is critical for maintaining vehicular equipment components, ensuring operational readiness for military vehicles. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and inquiries can be directed to DibbsBSM@dla.mil.
    TF33 STATORS (VANES & SHROUDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors to provide TF33 stators (vanes and shrouds) for military aircraft engines, under Solicitation FA812124R0031. The procurement involves a firm-fixed-price request for proposal (RFP) for commercial items, with a focus on ensuring that the components meet stringent military specifications and quality standards. These stators are critical for maintaining the operational readiness of the Air Force fleet, reflecting the ongoing need for specialized military parts. Interested contractors must submit their quotes by October 23, 2024, and are encouraged to contact Jonathan Arias Jr. at jonathan.arias.4@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil for further information.
    29--NOZZLE,AIR EJECTOR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 7 units of the Nozzle, Air Ejector (NSN 2910012804873). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the critical role these components play 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, as hard copies of the solicitation are not available.