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, has issued a Solicitation for the procurement of SS67, MK 109 Mod 1 Canopy Jettison Rocket Motors (CJRM). This is a competitive, Firm Fixed Price acquisition for a Critical Safety Item (CSI) used in F-18 aircraft, requiring First Article Testing and a Safety Survey. Proposals are due May 5, 2026, at 2:00 PM local time.
Scope of Work
This opportunity seeks qualified contractors to supply MK 109 Mod 1 CJRM, identified by NAVAIR DWG 1507AS201. The scope includes the provision of:
- The rocket motors themselves.
- Required Technical Data (per DD Form 1423).
- Various First Article Test Samples (20 for testing, 1 for investigative purposes, plus specific quantities for C-BIT, GRAIN, and BLOCKS).
- Production Lot Test Samples (198 net, plus 21 for test/investigative per lot).
- Compliance with Unique Item Identification and Valuation (DFARS 252.211-7003).
- Adherence to specific packaging, marking, and transportation requirements (MIL-STD and CFR specifications).
- Detailed inspection and acceptance procedures, including production lot testing and First Article Testing (FAT).
- Requirements for energetic materials and ammunition lot numbering and data cards (per MIL-STD-1168 and MIL-STD-962, as detailed in the ADC SOW and ADC MASTER documents).
- Compliance with CAD/PAD Item Marking Instructions (Ver 1.6) for both human-readable and machine-readable information.
- The government will provide Government Furnished Property (GFP), as detailed in the SS67 GFP Attachment, which bidders must review for material requirements.
Contract & Timeline
- Contract Type: Firm Fixed Price Solicitation.
- Response Due: May 5, 2026, 2:00 PM local time.
- Published Date: March 31, 2026.
- Period of Performance: Delivery schedules are specified in Days After Contract Award (DADC).
- Set-Aside: No specific set-aside designation, but the NAICS code is 325920 (Small Business Size Standard: 750 employees), and a HUBZone price evaluation preference applies.
Evaluation Factors
Award will be based on a best-value determination considering:
- Past Performance: Significantly more important than Small Business Participation (evaluating Quality, Timeliness of Delivery, Small Business Utilization).
- Small Business Participation Commitment: Significantly more important than Price.
- Price. Offerors must achieve a "Substantial Confidence" or "Satisfactory Confidence" rating in past performance to be eligible. Proposals must remain valid for a minimum of 120 days.
Submission & Additional Notes
Proposals must be submitted electronically to Stacey L Romberger at stacey.l.romberger.civ@us.navy.mil. Bidders must also account for the Contract Data Requirements List (CDRLs), which mandates various reports and documentation related to obsolescence, health assessments, project planning, failure analysis, testing, configuration, and ammunition data. Technical drawings are not available on CD.