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 has issued a Pre-solicitation Synopsis for the anticipated procurement of MJU-76/B Thrusted Flares. The government plans to award two Multiple Award Contracts (MAC) IDIQ concurrently with initial Delivery Orders. This opportunity is primarily for qualified sources, though all responsible sources may submit capability statements or proposals for consideration. Feedback or capability statements are due by March 16, 2026.
Scope of Work
This requirement is for the production of MJU-76/B Thrusted Flares for both US Government and Foreign Military Sales (FMS). The scope 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.
Contract Details
- Type: Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ)
- Pricing: Primarily Firm Fixed Price (FFP), with some items negotiated at the delivery order level.
- Duration: One five-year ordering period (July 2026 - July 2031) with a sixth-year option (July 2031 - July 2032).
- Estimated Value: Maximum ceiling of $250,000,000; Minimum amount of $4,000,000.
- Place of Performance: Nibley, UT, United States.
Eligibility & Set-Aside
This acquisition is anticipated to be other than full and open competition with limited sources (FAR 6.302-1), specifically mentioning Armtec and Chemring. However, the government will consider capability statements, proposals, or quotations from all responsible sources. Offerors must be "qualified offerors" or submit a qualification package for new sources. A U.S. security clearance of Secret or higher is required, along with compliance with NISPOM and Industrial Security Regulations. If not a small business, a Small Business Subcontracting Plan is required.
Submission & Evaluation
Proposals will be evaluated based on:
- Factor 1: Qualified Source Proposal (Acceptable/Unacceptable) – Offerors must be qualified prior to award.
- Factor 2: Plan and Technical Approach to Manufacture MJU-76 (Acceptable/Unacceptable) – A detailed plan (PDF, max 25 pages) outlining processes, equipment, facilities, defect prevention, inventory management, and assembly line flow.
- Factor 3: Price Proposal (Acceptable/Unacceptable) – Submitted via the RFOP Worksheet (Section J) with unit prices in $x.xx format. Pricing for the first Delivery Order will determine split award percentages. A Pre-Award Survey by DCMA (including ammunition and explosives safety) is a condition of award. The government may award without discussions, so initial offers should be the best price.
Deadlines & Contacts
- Response Due: March 16, 2026, 8:00 PM EST
- Primary Contact: Ellis Swenson, ellis.swenson@us.af.mil
- Secondary Contact: Ryan P Walker, ryan.walker.3@us.af.mil