BA-21A Parachute Replacement
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/ROU, is conducting a Sources Sought market assessment for the BA-21A Parachute Replacement for B-52H ejection seats at Wright Patterson AFB, OH. The goal is to identify potential sources with the expertise and capabilities to provide a new, lightweight, and low-maintenance parachute system. Feedback is requested on the System Requirements Document (SRD) and a Rough Order of Magnitude (ROM) cost estimate. Responses are due by February 4, 2026.
Purpose & Scope
This is a market research effort to replace the legacy BA-21A parachute system, which is heavy and requires extensive maintenance. The Air Force seeks a new concept backpack-style parachute system that is lightweight (Objective 17lb), has reduced inspection and repack times (Objective 1 hour), and is low-cost. The effort is specifically for the ejection parachute, not bailout.
Key Requirements
- Quantity: 546 parachutes (including spares and training).
- Weight: Threshold (T) 22lb, Objective (O) 17lb (with Automatic Activation Device - AAD).
- Maintenance Cycle: T 12 months, O 18 months.
- Packing Time: T 2 hours, O 1 hour.
- Compatibility: Must be compatible with B-52 ejection seats, CNU-129/P survival kit, and aircrew gear.
- Safety: No explosive or pyrotechnical devices allowed.
- Compliance: Must meet PIA-TS-136 Rev 1 Requirements.
- Service Life: T 15 years with 1-year repack cycle, O 25 years with 18-month repack cycle.
Response Requirements
Interested parties should provide feedback on their ability to meet the SRD requirements, including any unmet items and anticipated availability schedules. Respondents should also state their interest as a prime contractor or subcontractor and include comprehensive company information. A Rough Order of Magnitude (ROM) cost estimate (2-3 pages) is required, detailing unit costs, monthly production capacity for 546 units, and estimates for R&D, product support engineering data, Technical Data Package (TDP), technical manuals, and technical data rights.
Submission Details
- Opportunity Type: Sources Sought / Market Research.
- Response Due: February 4, 2026, 12:00 PM EST.
- Submission Method: Email responses to Capt Jordan Lindley (jordan.lindley.1@us.af.mil), Mia Dunford (mia.dunford.2.ctr@us.af.mil), and 1st Lt Blake Covin (blake.covin.1@us.af.mil).
- Subject Line: "Response to BA-21A Parachute Replacement Sources Sought Synopsis".
- Page Limit: 20 pages.
- Set-Aside: None specified; small business set-aside may be considered if sufficient interest exists. Small businesses are encouraged to respond.
- NAICS Code: 314999.
- Note: This is not a request for quote or proposal and does not commit the Government to a contract award. Prospective contractors must be registered in SAM.gov.