MJU-76B Pre-solicitation Synopsis
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 issuing a Pre-solicitation Synopsis for the anticipated procurement of MJU-76/B Thrusted Flares production. This effort will result in a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) with an estimated maximum ceiling of $250,000,000 and a minimum of $4,000,000.
This acquisition is designated as other than full and open competition, limited to qualified sources (specifically mentioning Armtec and Chemring, per FAR 6.302-1). Proposals for the draft solicitation are due April 14, 2025. The government is also requesting offeror feedback on a near Final Draft RFP, with responses to the pre-solicitation notice due March 16, 2026.
Scope of Work
- Production of MJU-76/B Thrusted Flares for U.S. Government (USG) and Foreign Military Sales (FMS).
- Includes various line items for supplies and services such as Post Award Conference, Measurement System Evaluation (MSE), First Article Production, FMS Production Units, and associated data items.
- Offerors must possess a U.S. security clearance of Secret or higher and comply with the National Industrial Security Program Operating Manual (NISPOM) and Industrial Security Regulation.
Contract Details
- Contract Type: Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ).
- Period of Performance: One five-year ordering period (July 2026 - July 2031) with a sixth-year option (July 2031 - July 2032).
- Estimated Maximum Ceiling: $250,000,000.
- Minimum Amount: $4,000,000.
- Pricing Arrangement: Primarily Firm Fixed Price (FFP), with some items to be negotiated at the delivery order level.
- Ordering Procedures: Future delivery orders will be placed using a fair opportunity process, with price as a primary evaluation factor and past performance considered. Award splitting will be based on Total Evaluated Price (TEP) differences, as detailed in the ordering procedures document.
Submission & Evaluation
- Proposal Due Date (Draft Solicitation): April 14, 2025, 04:00 PM local time.
- Response Date (Pre-solicitation Feedback): March 16, 2026, 08:00 PM EST.
- Submission Requirements:
- Complete proposal compliant with the Technical Data Package (TDP), Contract Data Requirements List (CDRL), and Model Contract/Solicitation.
- A Plan and Technical Approach to Manufacture MJU-76 (PDF, <=25 pages), detailing processes, equipment, defect prevention, inventory management, and a flow diagram.
- A Price Proposal using the RFOP Worksheet (Section J), with unit prices in $x.xx format.
- Signed Model Contract/Solicitation, completed sections A-K & I, applicable attachments (e.g., Small Business Subcontracting Plan if applicable), and signed amendments.
- Evaluation Factors:
- Qualified Source Proposal: Evaluated as "acceptable" or "unacceptable" (offerors can verify status on the qualified vendor list).
- Plan and Technical Approach to Manufacture MJU-76: Evaluated as "acceptable" or "unacceptable."
- Price Proposal: Evaluated as "acceptable" or "unacceptable."
- Pre-Award Survey: A pre-award survey (including ammunition and explosives safety) conducted by DCMA via PASS is a condition of award.
- The government may award without discussions; initial offers should contain the best price.
Eligibility & Set-Aside
- Set-Aside: Other than full and open competition, limited to qualified sources (FAR 6.302-1). Specific sources mentioned are Armtec and Chemring. New sources require a qualification package.
- Security Clearance: Offerors must have a valid U.S. security clearance of Secret or higher.
Contact Information
- Primary: Ellis Swenson (ellis.swenson@us.af.mil)
- Secondary: Ryan P Walker (ryan.walker.3@us.af.mil)