1377-JP09 / JP10 / JP11 / JP12 / JP13 GENERATOR GAS PRESSURE PROPELLANT ACTUATED
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, through NAVSUP WEAPON SYSTEMS SUPPORT MECH, has issued a solicitation for JP09, JP10, JP11, JP12, and JP13 Generators, Gas Pressure, Propellant Actuated. This procurement is restricted to General Dynamics OTS. These generators are critical for V-22 series aircraft (USAF, USN, USMC, FMS) for gearbox and mid-wing dry bay fire suppression. Proposals are due February 19, 2026, at 2:00 PM Eastern time.
Scope of Work
This solicitation covers the acquisition of specific models of Gas Pressure, Propellant Actuated Generators (JP09-JP13) which replace older SS89-SS93 models. The items are explosive, requiring a Safety Survey. A limited drawing package is available, but drawings are not provided on CD.
Key Requirements
- Restricted Procurement: Only General Dynamics OTS is eligible to bid.
- Product Identification: Mandatory Item Unique Identification (IUID) or equivalent, requiring both Human Readable Information (HRI) and Machine Readable Information (MRI) markings (Data Matrix ECC 200) in accordance with MIL-STD-130 and DoD UID Guide.
- Packaging & Safety: Compliance with MIL-STD-129, MIL-STD-2073, CFR 49 171-178, MIL-STD-130, DLAR 4145.41, and DoD Manual 4145.26 (Safety Manual for Ammunition and Explosives). Traceable seals are required for ammunition and ordnance.
- Material Age: Energetic materials and components must not exceed twenty-four (24) months from the original manufacturing or retest date.
- Data Deliverables (CDRLs): Extensive data items are required, including Obsolescence Alert Notices, DMSMS Health Assessments, Production Lot Test Samples, Failure Summary and Analysis Reports, Acceptance Test Plans, and Ammunition Data Cards.
- Ammunition Data Cards (ADCs): Preparation of ADCs is required per MIL-STD-1168 and MIL-STD-962, using the Worldwide Ammunition-data Repository Program (WARP) format, ensuring full traceability for energetic materials and hardware components.
Contract & Timeline
- Type: Solicitation, contemplated as a Firm Fixed Price contract.
- Set-Aside: None (Procurement restricted to General Dynamics OTS).
- Response Due: February 19, 2026, at 2:00 PM Eastern time.
- Published: January 12, 2026.
- Period of Performance: Delivery schedules for various CLINs range from 300 to 585 calendar days from award.
Evaluation
Award will be based on factors detailed in Section M of the solicitation. Proposals must be submitted in Excel format with formulas intact.
Contact Information
For inquiries, contact Ashley Leonard at ashley.leonard@navy.mil or 717-605-1686.