Drogue Severance Assembly
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 is soliciting proposals for the Drogue Severance Assembly, a Critical Safety Item (CSI), under solicitation number FA8213-25-R-3002. This opportunity seeks qualified sources for the supply and sustainment of these aircraft egress system components. An amendment has added quantities for FY2026. Proposals are due April 27, 2026.
Opportunity Overview
This solicitation aims to establish a reliable source for the supply and/or sustainment of ACES II Drogue Severance Assembly (NSN 1377-01-083-8459), which are Cartridge Actuated Devices/Propellant Actuated Devices (CAD/PAD) and designated as Critical Safety Items (CSIs). These components are crucial for emergency egress systems on various military aircraft (F-16, F-15, F-22, A-10, B-1B, B-2, WB57).
Key Requirements & Deliverables
- Qualification: This acquisition is limited to qualified sources. New sources must submit a qualification package and be approved by a government engineer prior to solicitation closure. The qualification process is rigorous, estimated to take approximately 360 days, and is conducted at the offeror's expense. It involves certifying facilities/equipment, providing data verification, conducting qualification tests, identifying material sources, and demonstrating production capability. Only United States and Canada suppliers will be considered.
- Technical Approach: Proposals must describe manufacturing processes, quality control, relevant experience, capabilities, and technical risk mitigation.
- Schedule: A detailed project schedule, including a Work Breakdown Structure (WBS), milestones, and realistic task durations, must be submitted (max 10 pages, Excel, Word, PowerPoint, or Project format).
- Packaging & Marking: Adherence to Special Packaging Instructions (SPI) for "DROGUE, SEVERENCE" (MIL-STD-2073-1, MIL-STD-129, ISPM No. 15) and CAD/PAD Item Marking Instructions (HRI/MRI, Data Matrix ECC 200, MIL-STD-130) is mandatory.
- Data Deliverables: Contractors will be required to submit various data items via Contract Data Requirements Lists (CDRLs), including Ammunition Data Cards (ADCs) through the Worldwide Ammunition-data Repository Program (WARP) and iRAPT, Shipment Reports (REPSHIP) for HAZMAT, Engineering Change Proposals (ECPs), and DMSMS Health Assessment Reports.
- Quality Assurance: Compliance with AFMC Form 807, ISO 9001:2000, AS 9100, and NATO AQAP2070 is required.
Contract Details & Evaluation
This is a Solicitation (FA8213-25-R-3002) from the Department of the Air Force, AFLCMC EBHK. Award will be based on a best-value source selection process (FAR 15.3), integrating assessments of Technical/Technical Risk and Cost/Price. The Government reserves the right to award without discussions.
- Technical Factor 1 (Qualified Vendor): Rated Acceptable/Unacceptable.
- Technical Factor 2 (Schedule): Rated using color/adjectival ratings.
- Price Proposal: Evaluated for reasonableness and Total Evaluated Price (TEP).
Submission Instructions
Proposals must be clear, concise, and include sufficient detail for evaluation. Electronic copies must be submitted in a searchable format (Adobe Acrobat Professional, MS Office Word, MS Office Excel). Offerors must include signed copies of the solicitation and Sections A through K, including completed representations and certifications. Any exceptions to solicitation terms must be clearly identified with rationale.
Important Notes
An amendment (FA8213-25-R-3002-0002) has added 626 units for FY2026 (CLIN 0002); all other terms and conditions remain unchanged. Bidders can obtain solicitation data packages from SAM.gov. Primary Contact: Abbigail Clawson (abbigail.clawson@us.af.mil). Secondary Contact: Cole Sposato (cole.sposato.1@us.af.mil).