SS67, MK 109 Mod 1 Canopy Jettison Rocket Motor (CJRM)
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, NAVSUP Weapon Systems Support Mech, is soliciting proposals for the SS67, MK 109 Mod 1 Canopy Jettison Rocket Motor (CJRM). This is a competitive, Firm Fixed-Price procurement for a Critical Safety Item (CSI) used in F-18 aircraft, requiring First Article Testing (FAT) and adherence to strict energetic materials and marking standards. Proposals are due May 5, 2026, at 6:00 PM UTC.
Scope of Work
The contractor will be responsible for the production of the MK 109 Mod 1 CJRM, NAVAIR DWG 1507AS201. Key requirements include:
- Manufacturing: Production of CJRM units, including First Article Test samples (20 for testing, 1 investigative, 5 C-BIT, 2 GRAIN, 4 BLOCKS) and Production Lot Test Samples (198 net plus 21 for test/investigative per lot).
- Testing & Quality: Mandatory First Article Testing (FAT) and production lot testing. Compliance with energetic materials requirements, including age, traceability, and testing methods. A Safety Survey will be required due to the explosive nature of the items.
- Documentation: Preparation of Ammunition Data Cards (ADCs) per MIL-STD-1168 and MIL-STD-962 for the Worldwide Ammunition-data Repository Program (WARP). Submission of various Contract Data Requirements List (CDRL) items, including Obsolescence Alert Notices, DMSMS Health Assessments, Project Planning Charts, Failure Summaries, Acceptance Test Plans, and Energetic Materials Analysis Reports.
- Marking & Identification: Adherence to CAD/PAD Item Marking Instructions (Ver 1.6) for Human Readable Information (HRI) and Machine Readable Information (MRI) using Data Matrix ECC 200, including CAGE, Part Number, Serial Number, Lot Number, and Date of Manufacture. Unique Item Identification (UID) and valuation per DFARS 252.211-7003.
- Government Furnished Property (GFP): The government will provide PVU-1/A Primers (NSN 1377011081438, Part Number 851AS110), with a quantity of 560 EACH.
Contract Details
- Type: Firm Fixed Price Solicitation
- Set-Aside: No specific set-aside, but a HUBZone price evaluation preference applies.
- NAICS: 325920 (750 employee size standard)
- Response Due: May 5, 2026, 6:00 PM UTC
- Submission: Electronic offers via email to stacey.l.romberger.civ@us.navy.mil.
Evaluation Factors
Proposals will be evaluated based on Past Performance (Quality, Timeliness of Delivery, Small Business Utilization), Small Business Participation Commitment, and Price. Past Performance is significantly more important than Small Business Participation, and both are significantly more important than Price. Offerors must achieve a "Substantial Confidence" or "Satisfactory Confidence" rating in past performance to be eligible for award.
Additional Notes
Project management reviews will be virtual and no longer than one day. Proposals must remain valid for a minimum of 120 days.