Request for Proposal for Military Altimeter (MA-1)
ID: W911QY25RA008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

NAVIGATIONAL INSTRUMENTS (6605)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Contracting Command, is soliciting proposals for the Military Altimeter (MA-1) under a Request for Proposal (RFP) aimed at establishing a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The MA-1 altimeter is critical for high-altitude operations, requiring stringent performance standards for accuracy, reliability, and environmental resilience. This procurement is set aside for small businesses, with a minimum contract value of $500 and a maximum of $10 million, emphasizing the government's commitment to fostering small business participation. Proposals must be submitted via email by May 30, 2025, and interested parties can direct inquiries to Michael Harris at michael.l.harris88.civ@army.mil or Michael Quinlan at michael.j.quinlan3.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The file appears to be inaccessible and does not contain any substantive content regarding federal government RFPs, federal grants, or state and local RFPs. It primarily provides instructions for upgrading Adobe Reader, which suggests that the intended document may not be displaying correctly due to software compatibility issues. Consequently, there are no discernible topics, key ideas, or supporting details to summarize, analyze, or extract. The file's purpose remains unclear due to its lack of content related to government procurement or funding opportunities. Therefore, without proper information, a summary cannot be generated.
    The document details the Contract Data Requirements List (CDRL) for the First Production Lot (FPL) Report associated with a military project, specifically concerning the MA-1 Military Altimeter. It specifies that the contractor must submit the FPL Report within 30 days of the award of the FPL Contract Line Item Number (CLIN). The report must include all information as outlined in section E-1.2 and should be prepared using the contractor's format, delivered via email in PDF or Word format. Key submission details include the requirement for periodic submission, the details and authority for data submission, and the processes involved in data preparation and approval. The document also categorizes data items into four groups based on their relevance and necessity to the primary contract effort, with explanations on estimated pricing associated with each group. Overall, it serves as a guideline for contractors to comply with data submission requirements in accordance with specified military standards, emphasizing clarity of technical data and proper reporting protocols.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for data submission related to federal contracts, specifically for packaging data on the MA-1 Altimeter under contract requirements. It specifies the required components, including the contractor's obligations for submitting Logistics Product Data (LPD) and associated Special Packaging Instructions within designated timelines (e.g., 30 days post-acceptance of the Final Product Package List). The government will review submissions and provide feedback within 30 days, requiring contractors to address any issues within a subsequent 15-day period. The document also details instructions for completing the form, highlighting various categories of data, submission frequency, and distribution requirements. Furthermore, it outlines the pricing groups related to the data items, such as essential and non-essential data, which helps define the estimated costs of delivering these required documents. Overall, the form serves as a critical tool for managing data deliverables in compliance with government contracting protocols, ensuring efficient communication and tracking between contractors and government agencies.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) used in federal contracting, specifically regarding packaging data for the MA-1 Altimeter system. The form facilitates communication between the contractor and the government, detailing requirements for data submission related to Special Packaging Instructions (SPI) under specific military standards. Key sections of the form include the identification of data items, submission deadlines, and instructions for preparing the required packages. Contractors must submit packaging data within designated timeframes, ensure completeness of submissions, and respond promptly to any government feedback. Additionally, all submissions must be electronic and accessible for reproduction without restrictions. The document serves to standardize the data collection process, ensuring compliance with defense procurement protocols while minimizing administrative burdens on contractors. Overall, it reflects the structured approach the government employs to regulate and monitor contracted work in military applications, especially regarding logistics and packaging.
    The document outlines the requirements for a Quality Validation Plan (QVP) relevant to a U.S. Army contract for the MA-1 Military Altimeter. The contractor is tasked with submitting the QVP within 30 days of the award, showcasing their strategy to ensure products meet contract specifications and quality standards throughout the contract's lifecycle. Key points include the necessity to identify subcontractors and suppliers, maintain process control, and outline responsibilities for non-conformance issues, including costs for retests. The document specifies the submission format and distribution for the QVP report, reinforcing the government's right to review and audit any part of the contractor's operations, including their suppliers. Furthermore, it details the categorization of data items and associated pricing groups, which are classified into Groups I-IV based on their importance and compliance requirements. The instructions direct government personnel on how to complete the associated forms effectively and emphasize compliance with documented procedures. This document serves as a critical resource for guiding contractor performance assessments and ensuring the delivery of quality data in alignment with government standards.
    The document outlines the requirements for a Production Process Package (PPP) as part of a contract related to military altimeters, specifically for the U.S. Army Natick Soldier System Center. It details the expectations for data submission, including specific elements to be covered in the PPP such as manufacturer information, design specifics, material suppliers, and quality control procedures. The PPP must be submitted electronically and is subject to approval by the Contracting Officer before proceeding to further steps. Additionally, it describes itemized definitions and price groups for data items, clarifying costs associated with various levels of data submission and the contractor’s obligations regarding documentation revisions. The instructions aim to standardize the requirements for contractors and ensure the adequacy of the data provided, ultimately supporting government contract execution through comprehensive data management.
    The document outlines the "Logistics Product Data - Packaging Data Products," detailing the requirements for packaging data related to federal supply items. It encompasses a comprehensive list of data elements—such as identification codes, packaging specifications, item dimensions, hazardous material codes, preservation methods, and special packaging instructions—necessary for the preparation and analysis of packaging for federal items. Key concepts include the classification of items by their Federal Supply Classification (FSC), identification via National Item Identification Numbers (NIIN), and specific packaging category codes that correlate with levels of protection against damage or deterioration during transit and storage. The document specifies transaction formats for data submissions, emphasizing proper formatting, coding, and essential logistics data inclusions, ensuring compliance with safety and transportation regulations. Overall, it serves as a foundational guideline for managing packaging logistics within federal and state contracts, contributing to the efficient and safe transport of materials, particularly hazardous substances, in adherence to rigorous regulatory standards.
    The document is a detail specification (MIL-DTL-6645J) approved for use by the Department of Defense, governing the requirements for personnel parachutes and their components. It outlines the general scope, classifications, applicable documents, and specific manufacturing instructions. The document emphasizes the necessity for compliance with Technical Data Packages (TDP) and establishes standards for materials, construction, and safety inspections. Key requirements include qualification of parachute assemblies on the Qualified Products List (QPL) before contract award, and stringent materials criteria to ensure functionality and safety. The specification delineates inspection categories: first article inspection, qualification inspection, and conformance inspection, alongside rigorous testing protocols for air permeability and ripcord functionality. Following guidelines for packaging, the document underscores the importance of detailed identification markings and accurate labeling of components. Overall, this specification serves to maintain high standards in parachute manufacturing, ensuring safety and effectiveness for personnel use during operational deployments as noted in defense contracts and regulatory RFPs.
    The MIL-STD-849D standard outlines inspection requirements, definitions, and classifications of defects for parachutes, designed for the Department of Defense. Its primary purpose is to establish a uniform quality standard for parachute manufacturing, ensuring all manufacturers adhere to consistent inspection processes and definitions of parachute components. The document is structured into several key sections: the scope and purpose of the standard; applicable documents; definitions relevant to parachute terminology and hardware; general requirements for manufacturing practices; and detailed requirements for various inspections during production. This includes inspections of components, materials, and sewn elements, along with specific criteria for categorizing defects as major/critical or minor. Key details emphasize that all parachute systems must be free from major defects, and provide guidelines on allowable defects for various parachute elements, such as canopies and harnesses. This standard serves as a vital framework in government procurement processes to ensure the safety and functionality of parachute systems, particularly for military applications, thus underscoring the government's focus on rigorous quality assurance.
    The document outlines the requirements for the Design Validation and Developmental Testing (DV/DT) and Operational Testing (OT) of the Military Altimeter (MA-1), including the production of quantities over five years. It details the production line item numbers (CLINs) related to various phases: initial testing of 15 units, followed by progressive yearly production estimates—720 units in Year 1, 1,100 in Year 2, 477 in Year 3, and 720 units each in Years 4 and 5. Each production phase includes provisions for Engineering Data for Provisioning (EDFP) submissions, reports on the first production lot, logistics product data, quality validation plans, and government ownership rights. The unit pricing for production phases is listed as $0.00, indicating that these figures may be placeholders and not reflect actual costs. The contract’s structure demonstrates a systematic approach to acquiring the MA-1 altimeters for military applications, emphasizing the importance of thorough testing and documentation to ensure compliance and quality. Overall, the document serves as a formal procurement request relevant to federal RFP processes.
    The Production Readiness Review Checklist is designed to evaluate a contractor's preparedness for production under federal contracts. It addresses critical areas, including supply chain management, manufacturing processes, quality management systems, design risks, and local labor considerations. Key inquiries include vendor qualifications, compliance with ISO standards, methods for handling nonconforming supplies, and the presence of an established quality policy. The checklist assesses controls over sub-suppliers, communication of design changes, and the contractor's capability to manage configurations and monitor performance against the production plan. It also investigates potential local labor issues or laws that might impact production timelines. The focus is on ensuring that contractors meet the established quality and regulatory standards required for successful contract execution, thereby ensuring the integrity and reliability of products delivered to the government. The document emphasizes the necessity for clear communication with the government regarding any waivers or requests for variations during the manufacturing process.
    The document outlines the General Vendor Shipping Instructions for Peckham Vocational Industries in Lansing, MI, specifically for shipments related to the PM SSV Staging Facility. It details mandatory labeling, packaging, and shipping protocols in accordance with MIL-STD-129, emphasizing that deviations must be addressed in the contract. Key points include strict criteria for packing lists, barcodes, individual box specifications, and pallet requirements to ensure consistent handling and tracking of materials. The document specifies that items must be labeled with National Stock Numbers (NSNs), Management Control Numbers (MCNs), and Manufacturer Part Numbers (MAN-P), with clear packing requirements to facilitate receipt and handling upon delivery. Additionally, it delineates requirements for pallet construction and labeling, including vendor information and shipping documentation. Adherence to these guidelines is critical for inventory management and compliance with contractual obligations. Overall, this instruction document ensures that all shipments are properly managed within the framework of government procurement processes, enhancing accountability and efficiency in logistics.
    The document outlines a Request for Proposal (RFP) for a contract to procure the Military Altimeter (MA-1) for the U.S. Army, supporting high-altitude operations. The Army seeks to establish a five-year firm fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract for the production and operational testing of the MA-1, which must meet rigorous accuracy, reliability, and environmental performance standards. The proposals are set aside for small businesses, with a minimum contract value of $500 and a maximum of $10 million, showing the government’s intention to foster small business participation. Key requirements include the MA-1’s functioning in extreme temperatures, self-diagnostic capabilities, and ease of visibility in various lighting conditions. Proposal submissions must be received via email by May 28, 2025, and will undergo evaluation based on technical specifications, performance demonstration, and pricing. Regulatory compliance like adherence to the Berry Amendment and detailed logistics requirements for packaging and marking are mandated. The contractor is also obligated to maintain a robust Quality Management System (QMS) and submit frequent reports to ensure quality and compliance throughout the manufacturing process. This RFP encapsulates the government's ongoing efforts to acquire advanced military equipment while supporting small business industries.
    The document outlines a Request for Proposals (RFP) for the Military Altimeter (MA-1) by the U.S. Army Contracting Command, focused on acquiring a cutting-edge altimeter to support high-altitude parachuting operations. The RFP anticipates awarding a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a minimum value of $500.00 and a maximum of $10 million, specifically set aside for small businesses under NAICS code 334511. Key deliverables include the MA-1 systems equipped for operational and maintenance instructions, reliability, accuracy, and significant environmental tolerance. The contractor must demonstrate technological readiness and adherence to stringent performance criteria for reliability, accuracy, and user interface. Proposals must arrive by May 28, 2025, via email to Michael Harris. The document emphasizes the need for a comprehensive reporting protocol on manufacturing processes, quality assurance, and logistics. It also details packaging, inspection, and corrective action procedures to ensure compliance with military standards and government regulations. The objective is to enhance the military's operational capabilities while ensuring contractor accountability and product reliability.
    This document addresses an amendment to a solicitation, extending the deadline for offers from May 28, 2025, to May 30, 2025. It details that offers must acknowledge receipt of the amendment through specified methods – by completing relevant items on forms, acknowledging in submitted offers, or via separate communication referencing the solicitation and amendment numbers. Failure to submit acknowledgment before the new deadline may lead to rejection of offers. Additionally, it outlines procedures for modifying previously submitted offers, highlighting the necessity to reference the amendment in communications. The document also contains sections for identification, contract modification, and contracting officer signatures. Overall, it serves to communicate changes in the solicitation process, ensuring clarity and compliance among potential contractors within a government contracting framework.
    The document outlines responses to solicitation inquiries regarding the procurement of MA-1 units under RFP W911QY-25-R-A008, intended for production and associated requirements. Key points include clarifications on spare parts procurement, compliance evaluations for altitude verification and cold environment operations, and confirmation that no additional contractor support for documentation development is needed. The government specifies that vendors must provide an estimated packaging testing cost, and the AQL levels for inspections will be set by DCMA based on risk assessments. Cybersecurity concerns are acknowledged regarding wireless communication, with assurance that only threshold requirements will be evaluated. Additionally, timelines for submissions related to contractor manuals and production lot reports are clearly defined. The document emphasizes the government's aim for clarity and compliance in the proposal process while ensuring proper evaluation metrics are established for performance assessments. Overall, it reflects a structured approach to solicited contracting requirements, ensuring that the necessary protocols and specifications are effectively communicated to potential bidders.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a Firm Fixed Price contract, which is set aside exclusively for small businesses. The procurement includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. This equipment is critical for military operations, emphasizing the importance of precision in optical instruments. Interested contractors must acknowledge receipt of amendments and submit their proposals by January 9, 2026, to the Contract Specialist, Richard Hall, at richard.g.hall64.civ@army.mil, ensuring compliance with export control regulations and access to the Technical Data Package (TDP) via SAM.gov.
    STATIC LINE, PERSONNEL PARACHUTE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Static Line, Personnel Parachutes for C-130 Aircraft, identified by NSN: 1670-01-706-5917. This contract, which is a Total Small Business Set-Aside, aims to secure an Indefinite Quantity Contract with an estimated annual requirement of 40 units over a six-month term, with delivery expected within 699 days after award. These parachutes are critical for aerial operations and require compliance with export control and configuration control standards. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 24, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.
    Anchoring Device Solicitation / Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure anchoring devices (NSN: 1670-00-999-3544) under a total small business set-aside. This five-year contract will be awarded as a Firm Fixed Price (FFP) single-award contract, which includes provisions for a First Article Test Report (FATR) and multiple ordering years. The anchoring devices are critical for military applications, ensuring secure cargo handling and delivery systems. Interested vendors must submit their proposals by December 22, 2025, at 5:00 PM EST, and direct inquiries to Contract Specialist Matthew Kainz at matthew.j.kainz.civ@army.mil, with a cc to Carrie English at carrie.l.english.civ@army.mil.
    AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to procure spare parts in support of the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement includes fourteen specific National Stock Numbers (NSNs) for various components such as Rotary Pump Units, Antenna Positioners, and Mast Control units, with estimated annual quantities provided for each item. This acquisition is critical for maintaining operational readiness and support for military systems, with a guaranteed minimum contract value of $25,000 and a maximum value of $13,000,000 over a five-year base period. Interested parties must submit their proposals by December 19, 2025, and can contact Keaneesha A. Canady at keaneesha.a.canady@dla.mil or Kyle White at kyle.white@dla.mil for further information.
    66--TRANSMITTER,PRESSUR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 13 units of the Transmitter, Pressure (NSN 6685014391726). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year, with a maximum order value of $350,000, and an estimated four orders per year, ensuring a guaranteed minimum quantity of one unit. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the critical role of these transmitters in defense operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can reach out via email to DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    MILLIVOLTMETER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a Millivoltmeter, a specialized electrical measuring instrument. This contract is aimed at ensuring the supply of high-quality measuring and testing instruments, which are critical for various defense applications. The procurement is categorized under the NAICS code 334412, focusing on Bare Printed Circuit Board Manufacturing, and is set aside for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors should direct inquiries to Jacob Garland at jacob.garland@dla.mil or by phone at 445-737-2450, and are encouraged to submit their proposals in accordance with the outlined requirements and deadlines.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    66--METER,SPECIAL SCALE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 89 units of a special scale meter (NSN 6625013832558). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for the supply of these meters, which are critical for various military applications requiring precise measurement and counting. The contract will span one year or until the total orders reach $350,000, with a guaranteed minimum quantity of 13 units and an estimated five orders per year. Interested vendors must submit their quotes electronically, and for inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation details can be accessed through the DLA's website, with no hard copies available.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    GUIDED MISSILE LAUNCHER DETENT ASSEMBLY / 01F, LGM-30 MINUTEMAN III MISSILE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for the Guided Missile Launcher Detent Assembly, specifically for the LGM-30 Minuteman III missile. This procurement is a 100% small business set-aside for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 40 units, with delivery expected 480 days after order placement. The item is critical for missile operations and requires contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113, and the solicitation will be available on or about November 18, 2025, via the DLA Internet Bid Board System (DIBBS).