Tri-Service CAD/PAD Life Cycle Management Support
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, has issued a Class Justification and Approval (J&A) for Other Than Full and Open Competition to award Basic Ordering Agreements (BOAs) for Tri-Service CAD/PAD Life Cycle Management Support. This J&A justifies the sole-source procurement of critical engineering, technical, administrative, and program management services for Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PADs) and associated systems. The authority for these BOAs expires on February 28, 2031, with an estimated total value of $19 million for FY26-FY31.
Scope of Work
These services are essential for the planning, design, development, acquisition, fabrication, prototyping, production support, testing, qualification, certification, in-service, logistics, technical data, and configuration management of CAD/PADs. The support covers two primary task areas:
- Task 1: Technology, Development, Product Improvement, Qualification, and Prototyping Support.
- Task 2: Quality Evaluation/Surveillance Program Support.
These services are critical for Tri-Service requirements (Navy, Marine Corps, Air Force, Army) related to aircrew escape and survival systems.
Contract & Timeline
- Contract Type: Basic Ordering Agreements (BOAs) with potential Firm Fixed Priced Task Orders.
- Period of Performance: Authority expires February 28, 2031.
- Estimated Total Value: $19,000,000 (FY26-FY31).
- Published Date: April 16, 2026.
Eligibility / Set-Aside
This is a Justification for Other Than Full and Open Competition, citing 10 U.S.C. 3204(a)(1) and FAR 6.302-1. The government has determined that only one responsible source can satisfy the agency's requirements, as the listed contractors possess unique technical capabilities, expertise, and proprietary data. This is not a set-aside opportunity.
Proposed Awardees
The following contractors have been identified as having the necessary unique capabilities:
- Applied Energy Technology Corporation
- Chemring Energetic Devices
- EaglePicher Technologies, LLC
- Ensign Bickford Aerospace & Defense
- Innovative Material & Processes
- Martin Baker Aircraft LTD
- Nammo Defense Systems
- Rockwell Collins
- Stratus Systems, Inc.
- Systima Technologies, Inc
- Task Aerospace
Additional Notes
This document is a justification, not a solicitation. Market research included a Sources Sought notice on January 14, 2025, which yielded 7 responses, but only 2 were from vendors intended for sole source award due to data rights. A public notice of the proposed contract action was posted on September 22, 2025, with no responses. The government determined that replicating these services would take approximately four years, which is impractical given the urgent nature of the requirements. The Contracting Officer has deemed anticipated costs fair and reasonable.
Contact: Jenelle Jackson (jenelle.j.jackson.civ@us.navy.mil).