JAU- 8 Initiator Hardware Components Solicitation N0017425R1035
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 Navy, NSWC Indian Head Division, is soliciting proposals for JAU-8/Initiator Hardware Components under Solicitation N0017425R1035. This Total Small Business Set-Aside aims to procure components for Aviation Critical Safety Items (ACSIs) used in fleet-deliverable assemblies. The contract will be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period. Proposals are due by November 14, 2025.
Scope of Work
The contractor will manufacture and deliver JAU-8/A25 Initiator hardware components, including items such as GUIDE, SEAR, FIRING PIN, FLASH TUBE, and various BODY parts. These components are essential for the Air Crew Escape System (ACES) II ejection seat. Requirements include adherence to specific technical drawings, military specifications (e.g., MIL-DTL-50375), and quality standards like ISO 9001:2015. The scope also covers cadmium plating, manufacturing certifications, traceability, and comprehensive quality control processes, including First Article acceptance. Hydrostatic testing for JAU-8 Male and Female Bodies at 14,000-15,000 PSI is also required.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Duration: Five-year ordering period (estimated PoP: 12/15/2025-12/14/2030)
- Set-Aside: Total Small Business Set-Aside
- NAICS: 332710
- FSC: 5342 (Hardware, Weapon System)
- Place of Performance: Indian Head, MD
- Proposal Due: November 14, 2025, 8:00 PM ET
- Original Published: September 22, 2025
Evaluation & Submission
Award will be made to the Offeror whose proposal represents the Best Value to the Government, utilizing a trade-off process. Evaluation factors include Technical (Quality Management Plan, Manufacturing Processes, Facilities, Personnel), Past Performance (recent and relevant contracts within 5 years), and Price. Offerors must perform at least 50% of the proposed effort. Proposals must be submitted electronically.
Key Amendments & Deliverables
Multiple amendments have extended the response date, with the latest (Amendment 0004) setting it to November 14, 2025. Amendments also clarified quantities (up to 14,000 parts over the contract), updated CLINs, FOB points, transportation costs, and removed page limitations for certain technical sub-factors. Required deliverables include various Contract Data Requirements Lists (CDRLs) such as Meeting Minutes, Certificates of Compliance and Analysis, Inspection and Test Plans, Quality Program Plans, and Monthly Program Progress Reports. These CDRLs often have Distribution Statement D (Export Controlled) restrictions.