MK77 housing connector plate and anode
ID: N0017425Q10810001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Machine Shops (332710)

PSC

CONNECTORS, ELECTRICAL (5935)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the manufacturing of MK77 housing connector plates and anodes under Request for Quotation (RFQ) no. N0017425Q10810001. The procurement involves the fabrication, inspection, testing, and delivery of 300 units each of MK77 housing connector plates and anodes, along with 10 additional units for functional acceptance testing, adhering to strict quality control standards and security protocols. This opportunity is set aside for small businesses, with a submission deadline for quotes by August 31, 2025, at 10:00 AM EST, and interested vendors must contact Deanna Wilson at deanna.l.wilson27.civ@us.navy.mil for further details and to submit required documentation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Indian Head Division (NSWC IHD) has issued a Request for Quotation (RFQ) for the manufacturing of MK77 housing connector plates and anodes. This is not a small business set-aside. The project, identified by Request No. N0017425Q10820001, requires the fabrication, inspection, testing, and delivery of 300 units each of Housing, MK77 Gas Generator, Plate, Connector, and Anode, Connector Plate, plus 10 units of Housing, MK77 Gas Generator (FAT). The contractor must adhere to NSWC IHD drawings and specifications, including strict quality control processes (ISO 9001:2015 and ISO/IEC 17025:2017), dimensional inspections, and product certifications (Certificates of Compliance and Analysis). Deliverables also include various data reports. The RFQ emphasizes compliance with enhanced security controls, NIST 800-171, ITAR, and JCP registration, alongside cyber incident response protocols. Deliveries are FOB Destination to Indian Head, MD, within 22 weeks from the award date, with specific instructions for invoicing via Wide Area WorkFlow (WAWF) and adherence to holiday schedules and operational hours for deliveries. Contractors performing on-site must comply with the Voluntary Protection Program (VPP) and participate in mandatory safety and security training.
    This Request for Quotation (RFQ) outlines the procurement of MK77 housing connector plates and anodes for the MK77 Mod 1 Gas Generator program, administered by the Naval Surface Warfare Center Indian Head Division. The RFQ includes specifications for various items, delivery requirements, and compliance mandates essential for quality assurance during manufacturing. Key items include hardware components such as housings and connectors, with precise quantity and pricing outlined for each. Additionally, the contractor must adhere to stringent quality control protocols, including certifications of compliance and analysis. The document specifies regulatory compliance, with references to applicable laws, safety standards, and export controls, notably under the ITAR. An emphasis is placed on the contractor’s responsibility for inspection, testing, and timely delivery of components, as well as maintaining consistent communications with government oversight representatives. Supplementary clauses implemented for cyber security and system protection are also included, reflecting heightened governmental standards for contractor compliance regarding information systems security. The overall purpose of the RFQ is to ensure the procurement process aligns with federal regulations while securing high-quality, timely supplies necessary for military hardware operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sleeve / Pin, Firing / Housing, Firing Pin
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of Sleeve / Pin, Firing / Housing, Firing Pin, under a Total Small Business Set-Aside. The solicitation, identified as RFQ N0017425Q1116, has been revised to increase the quantities for specific line items, including the "Housing, Firing Pin" and "Pin, Firing," with detailed manufacturing requirements that include cadmium plating, testing protocols, and quality control measures compliant with ISO standards. Interested vendors must submit their quotes by October 17, 2025, and are encouraged to direct any questions to Francine Keys at francine.l.keys.civ@us.navy.mil or by phone at 301-744-6687.
    MK22 Motor Tubes Solicitation N0017426R0002
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the MK22 Motor Tubes under solicitation number N0017426R0002. This procurement involves a Firm Fixed Price (FFP) supply contract on an indefinite delivery indefinite quantity (IDIQ) basis to manufacture motor tubes for MK 22 Rocket Motors, with a total small business set-aside and an anticipated performance period from April 5, 2026, to April 5, 2031. The contract requires adherence to specific military standards, including First Article Testing (FAT), hydrostatic tests, and compliance with ISO 9001:2015 quality systems, along with cybersecurity requirements under CMMC Level I. Interested contractors should contact Diane Hicks at diane.d.hicks.civ@us.navy.mil or call 301-744-6648 for further details, and proposals must be submitted by the specified deadline outlined in the solicitation documents.
    Special Connector Assembly, iaw PN M24231/13-003
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Maritime - Portsmouth, is soliciting quotes for Special Connector Assemblies (PN M24231/13-003) as part of a 100% Small Business Set-Aside opportunity. The procurement requires a total of four units with specific plasma coating, and the evaluation will be based on the Lowest Price Technically Acceptable criteria, with no discussions anticipated post-submission. Interested vendors must ensure they are registered in the System for Award Management (SAM) and provide comprehensive company information, including business size and relevant certifications, with quotes due by December 12, 2025, at 3:00 PM EST. For further inquiries, potential offerors can contact Emily Kritzman at emily.kritzman@dla.mil.
    D-66 AND D-67 HOUSING ASSEMBLIES
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide D-66 and D-67 housing assemblies, which are critical components for various military applications. The procurement includes requirements for First Article Testing (FAT) for specific part numbers, with the possibility of waivers for qualified vendors, and encompasses both initial production and option line items for additional quantities. The contract is set to be awarded based on evaluations of technical approach, delivery schedule, past performance, and price, with a closing date for submissions on December 11, 2025, at 11:00 AM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their offers to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    53--PLATE,RETAINING,SEA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 111 units of the NSN 5340-01-485-6200, specifically a retaining plate for sea applications. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 16 units. The items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The solicitation details can be accessed online, and hard copies are not available.
    53--PLATE,MOUNTING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of mounting plates under solicitation number NSN 5340015894799. The requirement includes a quantity of 373 units, with delivery expected within 119 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. These mounting plates are critical components in various defense applications, and the contract is expected to generate approximately ten orders annually, with a guaranteed minimum quantity of 55 units. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    LIFT LINK
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the procurement of hardware manufacturing services under the title "LIFT LINK." This opportunity involves the supply of items that require unique identification and valuation, along with compliance to various inspection and acceptance standards, including fixed-price contracts and specific quality assurance measures. The goods are critical for maintaining the operational readiness of naval systems, emphasizing the importance of quality and timely delivery. Interested vendors must submit their quotes by close of business on December 10, 2025, and can direct inquiries to EVA.A.RACZKA.CIV@US.NAVY.MIL for further information.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES. This contract, designated as a Total Small Business Set-Aside, requires suppliers to manufacture and deliver specific cable assemblies that are critical components for advanced torpedo systems. The successful contractor will need to adhere to stringent quality standards and provide various documentation, including test reports and progress updates, to ensure compliance with military specifications. Interested parties must acknowledge receipt of solicitation amendments and submit their proposals by the extended deadline of December 8, 2025, with inquiries directed to McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil.
    MK152 Fuse Adapters
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NSWC Indian Head Division, is seeking procurement for MK152 Fuse Adapters, which are critical components in the Mk 152 Warheads design. The requirement involves injection molded polycarbonate parts that serve as integral Insensitive Munitions (IM) features, ensuring the safety and reliability of the warheads. These fuse adapters are essential for military applications, contributing to the overall effectiveness and safety of munitions used by the armed forces. Interested parties can reach out to Alex Sanders at Alex.j.sanders12.civ@us.navy.mil for further details regarding this opportunity.
    Material Condition Assessment of one MK75 Gun Tube (FMS)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the material condition assessment of one MK75 Gun Tube. The selected vendor, TechMetals, will be responsible for the open inspection and repair of the MK75 Barrel Tube, as they are the only known source capable of fulfilling the government's requirements. This procurement is critical for maintaining the operational readiness and safety of naval equipment. Interested parties must submit their capabilities by December 18, 2026, at 10 AM (EST) to Jimmy Ludwick via email at james.e.ludwick2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).