B-1 Handles - FA821326R3006

SOL #: FA821326R3006SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8213 AFLCMC EBHK
HILL AFB, UT, 84056-5820, United States

Place of Performance

Place of performance not available

NAICS

Explosives Manufacturing (325920)

PSC

Cartridge And Propellant Actuated Devices And Components (1377)

Set Aside

No set aside specified

Timeline

1
Posted
May 5, 2026
2
Submission Deadline
Jul 6, 2026, 8:00 PM

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, AFLCMC EBHK, has issued a Sole Source Solicitation (FA8213-26-R-3006) for the procurement of B-1 Handles, specifically Type III and Type II Escape Handles with associated propellant-actuated initiators. This opportunity is sole-sourced to Rockwell Collins Inc., CAGE code 17610. The handles are critical components of the B-1B aircraft ejection system. Proposals are due by July 6, 2026, at 2:00 PM.

Scope of Work

This solicitation requires the manufacturing and delivery of:

  • Item 0001 (Type III Handle): NSN 1377-01-207-7090 ES, Propellant Actuated Initiator, Length 3.725 inches nominal. Total of 81 units (3 lots of 27).
  • Item 0002 (Type II Handle): NSN 1377-01-207-7091 ES, Propellant Actuated Initiator, Length 3.725 inches nominal. Total of 108 units (3 lots of 36).
  • Item 0003 (Data): Various reports and documentation as specified in the Contract Data Requirements List (CDRLs).

These handles function by activating explosive trains to jettison a hatch for emergency egress. Both handle types are designated as Critical Safety Items (CSI).

Key Requirements

Contractors must adhere to stringent technical, quality, and logistical requirements:

  • Technical Specifications: Compliance with Rockwell Specification L320C2004 and AIRMUNITION SPECIFICATION FD2020-25-50044.
  • Quality Assurance: Requires a quality program referencing ISO 9001:2015 or AS9100, including Lot Acceptance Testing (LAT) and procedures for handling nonconforming material (rework/repair).
  • Data Deliverables: Submission of Ammunition Data Cards (ADC), Engineering Change Proposals (ECP), Notices of Revision (NOR), Requests for Variance (RFV), Acceptance Test Plans, Test/Inspection Reports, Failure Summaries, Obsolescence Alerts, and DMSMS Health Assessment Reports per CDRLs.
  • Marking: Adherence to CAD/PAD Item Marking Instruction Ver 1.6 for Human Readable Information (HRI) and Machine Readable Information (MRI) (Data Matrix ECC 200, MIL-STD-130). Waivers for Unique Identification (UID) are not permitted.
  • Packaging & Shipping: Compliance with Special Packaging Instructions (SPI NO. F01-207-7089), MIL-STD-2073-1, MIL-STD-129, ISPM No. 15, and HAZMAT regulations (UN0257, Hazard Class 1.4B). Advanced Report of Shipment (REPSHIP) is required.
  • Material Traceability: Energetic materials have age limitations (24 months) and require full traceability. ITAR compliance is mandatory.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Period of Performance: Delivery terms include "*ARO Contract" with durations of "*18 Months" and "*30 Months" for various line items.
  • Set-Aside: This is a Sole Source acquisition to Rockwell Collins Inc.
  • Rating: This is a rated order under the Defense Priorities and Allocations System (DPAS).
  • Inspection/Acceptance: At Origin.

Submission & Evaluation

  • Proposal Submission Deadline: July 6, 2026, at 2:00 PM.
  • Evaluation: Based on "Evaluation Factors" listed in descending order of importance, with "All evaluation factors other than cost or price, when combined" being a factor. Given the sole-source nature, this evaluation applies to the single proposed offeror.

Additional Notes

Justification for Qualification Requirements (JFQR) documents outline a rigorous, approximately 360-day qualification process for potential future offerors, involving significant testing and costs ($5,000-$50,000+), to become an approved source for these Critical Safety Items. Primary Contact: Shasta Selwood (shasta.selwood@us.af.mil).

People

Points of Contact

Shasta SelwoodPRIMARY
Sharon DavisSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 5, 2026
B-1 Handles - FA821326R3006 | GovScope