This is an Invitation for Bid (IFB) for the supply of SS67 MK 109 MOD 1 Canopy Jettison Rocket Motor CJRM. The solicitation is issued by NAVSUP Weapon Systems Support. Offers are due by May 5, 2026, at 2:00 PM local time. The contract will be a firm-fixed-price type. Key evaluation factors include past performance (quality, timeliness of delivery, small business utilization), small business participation, and price. First Article Testing (FAT) is required for some lots, with an estimated government cost of $302,**** for evaluation purposes. Packaging, marking, and transportation requirements are detailed, including handling of hazardous materials. Contractors must comply with cybersecurity requirements (CMMC Level 2 C3PAO). Specific clauses regarding safety precautions for ammunition and explosives, safeguarding of sensitive conventional arms, ammunition, and explosives, and item unique identification are included. Government Furnished Property (GFP) will be provided for ignition devices. Offerors must submit proposals electronically.
The delivery schedule varies by CLIN, with quantities ranging from 1 each to 150 each, and delivery timelines ranging from 300 to 795 calendar days after the date of contract line item delivery schedule. Specific delivery locations are detailed for each CLIN.
Payment will be made via Wide Area Workflow (WAWF) and requires electronic submission of payment requests and receiving reports. Specific document types for payment requests (invoice, progress payment, etc. ) depend on the contract line item type.
The contract requires that CADPAD devices have a minimum of 85% of their shelf life remaining at the time of delivery. The shelf life for CLIN **** is 12 years and 0 months.
The government will award a single firm-fixed-price contract to the offeror representing the best value to the government, considering past performance, small business participation, and price. Past performance is significantly more important than small business participation, and both are significantly more important than price.
Offerors must be deemed responsible contractors. They must also maintain a current CMMC status at CMMC Level 2 C3PAO for all information systems processing, storing, or transmitting FCI or CUI. Past performance must achieve at least a limited confidence rating to be eligible for award.
The contract may be subject to termination for default if the contractor fails to deliver any production lot test samples on time or if the contracting officer disapproves any required CDRLs. Failure to comply with safety precautions for ammunition and explosives may result in the government directing the contractor to cease performance.
Test samples are required from each production lot. First Article Test (FAT) samples consist of 20 each for testing and 1 each for investigative purposes. Production lot test samples consist of 1 lot of 198 each net, plus an additional 21 each per lot for test.
The solicitation states that offerors should submit all questions no later than one week prior to the initial solicitation closing date. The government is not required to answer questions received after this date.