This is a solicitation for the SS67 MK 109 MOD 1 CANOPY JETTISON ROCKET MOTOR CJRM. Offers are due by May 5, 2026. The contract will be a firm-fixed-price type. The solicitation includes detailed specifications for the rocket motor, including requirements for materials, testing, packaging, and marking. First Article Testing (FAT) is required for some lots, with an estimated government cost of $302,**** for evaluation purposes. Offerors must submit a proposal with at least four past performance examples, a small business participation commitment document, and pricing information. Past performance, small business participation, and price are evaluation factors, with non-price factors being significantly more important than price. The government intends to award without discussions but reserves the right to hold exchanges. Cybersecurity requirements (CMMC Level 2 C3PAO) are mandatory prior to award. The solicitation also includes clauses related to hazardous materials, safety precautions, and item unique identification.
The solicitation provides a detailed delivery schedule with specific dates for various items, such as 795 calendar days from the date of award for some items and 420 calendar days for others. For example, CLINS ****, ****, ****, ****, and **** have a delivery schedule of 420 calendar days from the date of award.
The solicitation states that payment will be made by the government and references Wide Area Workflow (WAWF) for payment instructions, indicating electronic invoicing and submission of payment requests and receiving reports.
The solicitation mentions that CADPAD devices shall have a minimum of 85% of their shelf life remaining at the time of delivery, and any delivery not meeting this requirement will be considered nonconforming. The shelf life for CLIN **** is specified as 12 years and 0 months.
The government will award the contract to the offeror that demonstrates the best value to the government, considering past performance, small business participation, and price, with non-price factors being significantly more important than price.
Offerors must have and maintain a current CMMC status at CMMC Level 2 C3PAO prior to award for all information systems that will process, store, or transmit FCI or CUI. Offerors must also submit their CMMC unique identifiers (CMMC UIDs) issued by SPRS.
The solicitation references the default clause of the contract if the contractor fails to deliver any first article on time or if the contracting officer disapproves any first article. It also mentions that failure to provide a repship can result in shipments being denied and returned at the contractor's expense.
The solicitation does not explicitly mention a site visit requirement.
The solicitation requires sample submission for testing. For example, CLIN **** requires 20 each for testing and 1 each for investigative purposes as part of the first article test samples.
The solicitation does not specify a deadline for challenging the bid or award.
The solicitation does not explicitly state a total estimated monetary value for the contract.