B-1 Fire Carts
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 Air Force, specifically AFLCMC EBHK, is soliciting proposals for B-1 Fire Carts, which are Fire Extinguisher Cartridges identified as Critical Safety Items (CSI). This Solicitation is restricted to qualified sources for the procurement of these explosive components. Proposals are due March 9, 2026, at 23:00Z.
Scope of Work
This opportunity involves the procurement of Fire Extinguisher Cartridges (Explosive 1.4S, UN 0323, metal body, hexagonal midsection, 7 pin electrical connector, and explosive charge) for the B-1B aircraft. The scope mandates adherence to stringent requirements for item marking (Item Unique Identifiers (IUID) per CAD/PAD Item Marking Instruction Version 1.6), preparation of Ammunition Data Cards (ADCs) via the Worldwide Ammunition-data Repository Program (WARP), and compliance with detailed packaging and hazardous material handling standards (MIL-STD-2073-1, MIL-STD-129, REPSHIP data requirements). Contractors must also maintain a quality program acceptable to the Government, modeled on ISO 9001:2015 or AS9100.
Qualification Requirements
This acquisition is restricted to qualified sources only. New offerors must undergo a rigorous qualification process, which includes submitting a qualification package, certifying facilities and equipment, verifying data and processes, and building and testing a qualification article at their own expense. This process is estimated to cost between $5,000 and $50,000+ and take approximately 360 days. Government engineer approval of qualification is mandatory prior to the solicitation closure for technical acceptability. Existing approved sources include Kidde, Applied Energy Technology Corp (AETC), and PacSci.
Submission & Evaluation
Proposals must be submitted electronically in readable and searchable formats (Adobe Acrobat Professional, MS Office). Evaluation will be a best value source selection (FAR 15.3) based on an integrated assessment of Technical/Technical Risk and Cost/Price. The Technical factor includes two subfactors: Qualified Vendor (rated Acceptable/Unacceptable) and Schedule (rated using a color/adjectival system). The Cost/Price factor will assess reasonableness and Total Evaluated Price (TEP). The Government reserves the right to award without discussions.
Contract Details
This solicitation offers two bidding options: Bid A (First Article Required) and Bid B (First Article NOT Required), with specific Contract Line Item Numbers (CLINs) for each. Prices offered must remain firm for 120 days. The contract is subject to the "Availability of Funds" clause (52.232-18). This RFQ is not marked as a Small Business Set-Aside.
Key Deliverables & Reporting
Key deliverables include Report of Shipment (REPSHIP) 24 hours prior to arrival, Ammunition Data Cards (ADCs) with shipments, Lot Acceptance Test Plans (LATP/ATP) 90 days prior to testing, and various reports detailed in the Contract Data Requirements List (CDRLs), such as Engineering Change Proposals (ECPs), Obsolescence Alert Notices, and DMSMS Health Assessment Reports. Compliance with MIL-STD-1171A for Acceptance and Description Sheets is also required.
Contact Information
For inquiries, contact Abbigail Clawson (primary) at abbigail.clawson@us.af.mil or Cole Sposato (secondary) at cole.sposato.1@us.af.mil.