T-37, T-38 and F5 Rotary Actuators
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/EBHKB) is seeking proposals for Rotary Actuators for T-37, T-38, and F5 aircraft. This is an unrestricted sole-source solicitation to Nammo Defense Systems Inc., but other qualified parties are invited to submit proposals. The actuators are classified under Product Service Code 1377 (Cartridge And Propellant Actuated Devices And Components) and are designated as Critical Safety Items (CSI). Proposals are due April 21, 2026.
Scope of Work
The requirement is for the manufacturing of rotary actuators, which are explosive devices integral to aircraft ejection systems. These items are subject to stringent technical and safety specifications.
Key Requirements
- Technical Specifications: Compliance with detailed airmunitions specifications is mandatory, including hazard classification (1.4C, UN 0276, "CARTRIDGES, POWER DEVICE"), marking per CAD/PAD Item Marking Instruction v1.6 (UID, HRI, MRI), and material requirements (e.g., energetic materials not exceeding 24 months from manufacturing date, ITAR compliance).
- Packaging & Handling: Adherence to Special Packaging Instructions (SPI No. F00-407-9649) for military preservation (MIL-STD-2073-1, Method 41), Level A/B packing, and specific marking for "ACTUATOR, EXPLOSIVE, ROTARY." Compliance with REPSHIP data requirements for hazardous material shipments is also critical.
- Quality & Rework: Strict procedures for rework and repair of nonconforming material are outlined, requiring government approval (QAR/Contracting Officer) and root cause analysis. Items must pass gross and fine leak checks, and a Lot Acceptance Test Plan (LATP/ATP) must be submitted 90 days prior to testing.
- Documentation: Mandatory Contract Data Requirements Lists (CDRLs) include Ammunition Data Cards (ADC), Engineering Change Proposals (ECP), Notices of Revision (NOR), Requests for Variance (RFV), Acceptance Test Plans, Test/Inspection Reports, Failure Summary and Analysis Reports, DMSMS Management Plans, and DMSMS Health Assessment Reports. ADCs must be prepared per MIL-STD-1168 and managed via the WARP system.
- Subcontractor Information: Offerors must provide a subcontractor list detailing all Arms, Ammunition & Explosives (AA&E) handling, including NSN, Security Risk Classification (SRC), Hazard Classification (HC), and Point of Contact (POC) information.
Contract Details
- Type: Firm Fixed Price
- Set-Aside: Unrestricted
- Place of Performance: Nibley, UT, United States
- Government Furnished Property: The government does not own the drawings; offerors must possess access to appropriate data. Special materials, facilities, tooling, or test equipment may be required and are not available from the Government.
Submission & Deadlines
- Proposals Due: April 21, 2026, by 1600 Mountain Daylight Time.
- Offers must be held firm for 120 days. Expedited and partial deliveries are authorized at no additional cost.
- Contact: Darin Barnes (darin.barnes@us.af.mil).