B1 Parts IDIQ
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, AFLCMC EBHK, is soliciting proposals for a 5-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for B1 CAD/PAD parts. This effort has an estimated ceiling of $23 million and a minimum of $1.4 million. While anticipated as a sole source award to Chemring Energetic Devices, all responsible sources are invited to submit proposals. Offers are due by April 13, 2026, at 2:00 PM local time.
Scope of Work
This IDIQ contract covers the procurement of various Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD) components for the B-1B aircraft. Items include "Time Delay" components, "SMDC/GAS Initiator" types, "Input Cart/Output Initiator" for aft and forward hatches, "Sensor, Cabin Decompression", "Mode Selector", and "AND Gate" types. The items are designated as Critical Safety Items (CSI).
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ)
- Duration: 5 years
- Estimated Value: Maximum $23,000,000; Minimum $1,400,000
- Set-Aside: Anticipated Sole Source to Chemring Energetic Devices (FAR 6.302-1). However, all responsible sources may submit. Only suppliers from the United States and Canada will be considered for qualification.
- Product Service Code: 1377 (Cartridge And Propellant Actuated Devices And Components)
- Place of Performance: Hill Air Force Base, UT (F.O.B. Origin for transportation)
Key Requirements & Deliverables
Contractors must adhere to stringent requirements, including:
- Qualification: Potential offerors must undergo a rigorous qualification process, estimated to cost $5,000-$50,000+ and take 360 days, to demonstrate technical capability and meet specific standards. Waivers may be considered for experienced offerors.
- Technical Specifications: Compliance with detailed item descriptions, engineering data lists (EDLs), and airmunitions specifications (e.g., leak checks, HNS explosive material standards, ITAR for energetic materials).
- Packaging & Marking: Strict adherence to Special Packaging Instructions (SPI) per MIL-STD-2073-1, MIL-STD-129, ISPM 15, ESD protection, and hazardous material regulations. Mandatory Item Unique Identifiers (IUID) and Data Matrix markings are required for CAD/PAD components.
- Data & Reporting: Submission of Contract Data Requirements List (CDRL) items, including Ammunition Data Cards (ADCs) via the WARP system, Engineering Change Proposals (ECPs), Lot Acceptance Test Plans/Reports, Failure Analysis Reports, Obsolescence Alert Notices, and DMSMS Health Assessment Reports. REPSHIP data is required for hazardous material shipments.
- Quality Assurance: Maintain a quality program acceptable to the Government, modeled on ISO 9001:2015 or AS9100. Strict procedures for rework and repair of nonconforming material (ES7034).
- Compliance: Items are subject to the Buy American Act/Balance of Payments Program.
Submission & Evaluation
- Offers Due: April 13, 2026, by 2:00 PM local time.
- Submission Instructions: Detailed in Section L of the solicitation. Offerors must complete the "Offer" section of the SF33 and provide proposed unit prices in the CLIN pricing sheet.
- Evaluation Factors: Detailed in Section M.
- Contacts: Primary: Tyson Tharp (tyson.tharp@us.af.mil). Secondary: Ryan Mitchell (ryan.mitchell.21@us.af.mil, 8015860683).