F-16 Initiators
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, has issued a Solicitation (FA8213-26-R-3017) for F-16 Initiators, which are Critical Safety Items (CSIs) for aircraft egress systems. This Unrestricted acquisition is limited to qualified sources only. Proposals are due by July 3, 2026.
Purpose & Scope
This opportunity seeks a reliable source for the supply and sustainment of F-16 Initiators and Propellant Actuated Devices (CAD/PAD). The scope includes manufacturing, packaging, and delivery of up to 217 Contract Line Item Numbers (CLINs) with requested delivery dates extending from April 2027 to April 2191. The items are hazardous materials (Class 1.4C, UN0276) and require strict adherence to military specifications for production, packaging, and data reporting.
Key Requirements & Deliverables
- Mandatory Qualification: Offerors must be a qualified source prior to contract award. New sources face an estimated 360-day qualification process, potentially costing $5,000-$50,000+. Proposals from non-qualified sources will not be considered.
- Technical Compliance: Adherence to ISO 9001 standards, Item Unique Identification (IUID), and specific CAD/PAD Item Marking Instructions (Version 1.6). Energetic materials must be traceable and not exceed 24 months from manufacture, with percussion primers certified within 24 months.
- Packaging & Logistics: Strict compliance with MIL-STD-2073-1, MIL-STD-129, ISPM 15, and detailed Special Packaging Instructions (SPIs). Hazardous material shipments require specific reporting via REPSHIP. Delivery details for each CLIN are provided in the "Delivery Details" attachment.
- Data & Reporting (CDRLs): Extensive data requirements include Ammunition Data Cards (ADCs) per MIL-STD-1168 and WARP, Engineering Change Proposals (ECPs), Notices of Revision (NORs), Requests for Variance (RFVs), Lot Acceptance Test Plans/Reports (submitted via WAWF), Failure Summary & Analysis Reports, Obsolescence Alert Notices, and DMSMS Health Assessment Reports. Payment for specific CDRLs (A001, A005, A006) will be withheld until approval.
- Quality Assurance: Procedures for rework and repair of nonconforming material are defined, requiring government review and approval. The government engineer retains Material Review Board (MRB) approval authority for Critical Safety Items.
Contract Details
- Contract Type: Firm Fixed Price Solicitation (FA8213-26-R-3017).
- Set-Aside: Unrestricted, but limited to qualified sources only.
- NAICS Code: 325920 (Other Chemical Product Manufacturing) with a 190-employee size standard.
- Place of Performance: Hill Air Force Base, UT.
Submission & Evaluation
- Proposal Due Date: July 3, 2026, at 23:00:00Z.
- Submission Format: Electronic, readable, and searchable (Adobe Acrobat, MS Office).
- Evaluation Factors: Best-value source selection based on an integrated assessment of Technical/Technical Risk and Cost/Price.
- Technical Factor: Subfactor 1: Qualified Vendor (Acceptable/Unacceptable – qualification required prior to solicitation close). Subfactor 2: Schedule (evaluated for clarity, approach, WBS, milestones, task durations, max 10 pages).
- Cost/Price Factor: Evaluated for reasonableness and Total Evaluated Price (TEP).
- The Government reserves the right to award without negotiations.
Points of Contact
Primary: Tyson Tharp (tyson.tharp@us.af.mil) Secondary: Lauren Johnston (lauren.johnston.4@us.af.mil)