B-1 Fire Carts

SOL #: FA8213-26-Q-3001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8213 AFLCMC EBHK
HILL AFB, UT, 84056-5820, United States

Place of Performance

Place of performance not available

NAICS

Explosives Manufacturing (325920)

PSC

Cartridge And Propellant Actuated Devices And Components (1377)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Mar 17, 2026
3
Submission Deadline
Apr 1, 2026, 11:00 PM

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 is soliciting proposals for B-1 Fire Carts, specifically Fire Extinguisher Cartridges (Explosive 1.4S, UN 0323). This Solicitation is restricted to qualified sources and requires a mandatory pre-qualification process. The quantity has been increased from 359 to 718 units. Proposals are due April 1, 2026.

Scope of Work

This Request for Quotation (RFQ) is for the procurement of Fire Extinguisher Carts for B-1B aircraft. These items are designated as Critical Safety Items (CSI) and require specific part numbers, National Stock Numbers (NSNs), Item Unique Identifiers (IUID), and physical markings. The scope involves handling hazardous materials, adhering to detailed packaging standards, and extensive data reporting.

Key Requirements

  • Product: Fire Extinguisher Carts, described as "Explosive 1.4S, UN 0323, metal body, hexagonal midsection, 7 pin electrical connector, and explosive charge."
  • Quantity: The required quantity has been amended to 718 units.
  • Qualification: A mandatory pre-qualification process is required for all bidders not already approved. This involves demonstrating capability to produce this Critical Safety Item, including facility certification, data verification, process verification, and building/testing a qualification article at the offeror's expense. This process is estimated to take approximately 360 days and incur costs between $5,000 and $50,000+. Approved sources currently include Kidde Technologies Inc, Applied Energy Technology Corp, and PACS. Qualification approval from the Air Force Engineer is required prior to solicitation closure.
  • Marking: Compliance with the "CAD/PAD Item Marking Instruction Version 1.6" is mandatory, requiring Item Unique Identifiers (IUID) with both Human Readable Information (HRI) and Machine Readable Information (MRI) using Data Matrix ECC 200.
  • Data Reporting: Extensive data requirements include Ammunition Data Cards (ADCs) per MIL-STD-1168/962, Acceptance and Description Sheets per MIL-STD-1171A, and Report of Shipment (REPSHIP) for hazardous materials. ADCs and MIL-STD-1171A data must be submitted and stored in the Worldwide Ammunition-data Repository Program (WARP). Numerous Contract Data Requirements List (CDRLs) are specified for various reports and documentation.
  • Quality & Testing: Contractors must maintain a quality program (e.g., ISO 9001:2015 or AS9100), generate a Lot Acceptance Test Plan (LATP/ATP), perform leak checks, and adhere to specific requirements for energetic materials (e.g., age limits, traceability).
  • Packaging: Adherence to military packaging standards (MIL-STD-2073-1, MIL-STD-129) and hazardous material regulations (e.g., ICAO, CFR Title 49, IATA, IMDG, AFMAN24-604) is required. Safety Data Sheets (SDS) must be submitted.

Contract & Timeline

  • Type: Solicitation (Request for Quotation).
  • Set-Aside: None (Restricted to Qualified Sources).
  • Response Due: April 1, 2026, 23:00:00Z.
  • Published: March 17, 2026.
  • Pricing: Offered prices must be held firm for 120 days. The contract is subject to the "Availability of Funds" clause (FAR 52.232-18).

Submission & Evaluation

  • Submission: Proposals must be submitted electronically in readable and searchable formats (Adobe Acrobat Professional, MS Office).
  • Evaluation: A "best value source selection" will be conducted based on an integrated assessment of Technical/Technical Risk and Cost/Price.
    • Technical Factor: Evaluated on Subfactor 1 (Qualified Vendor - rated Acceptable/Unacceptable, requiring JQR approval before solicitation closure) and Subfactor 2 (Schedule - rated using a color/adjectival system).
    • Cost/Price Factor: Evaluated for reasonableness and Total Evaluated Price (TEP).
  • The Government reserves the right to award based on initial proposals without discussions.

People

Points of Contact

Abbigail ClawsonPRIMARY
Cole SposatoSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 17, 2026
Version 1
Solicitation
Posted: Feb 5, 2026
View
B-1 Fire Carts | GovScope