Rifle, Recoilless, Barrel Assembly
ID: SPRDL1-25-Q-0091Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA LAND WARRENWARREN, MI, 48397, USA

NAICS

Small Arms, Ordnance, and Ordnance Accessories Manufacturing (332994)

PSC

GUNS, 75MM THROUGH 125MM (1015)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting quotations for the procurement of four Rifle, Recoilless, Barrel Assembly units, with an option for four additional units, under solicitation SPRDL1-25-Q-0091. This firm fixed-price contract requires vendors to submit their quotes via email, adhering to an "All or None" acquisition policy, which stipulates that offers for less than the total quantity will not be considered. The rifles are critical components for military operations, and the selected contractor will be responsible for ensuring compliance with military standards for packaging, marking, and supply chain traceability. The deadline for submission has been extended to August 22, 2025, and interested parties can reach out to Richard Campbell at richard.j.campbell@dla.mil or by phone at 586-234-1610 for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a technical data file related to a 3D modeling project, specifically associated with the Department of Defense (DoD) and U.S. DoD contractors. It emphasizes strict distribution controls, only allowing access to authorized individuals within the DoD, as well as contractors, due to the sensitivity of the data. The content of the file is protected under the Arms Export Control Act and the Export Control Reform Act, highlighting potential legal penalties for unauthorized dissemination. Furthermore, there is a destruction notice, advising that the document must be destroyed in a manner preventing any possibility of content reconstruction. Overall, the document underscores the stringent security measures surrounding military-related technical data and the importance of compliance with federal regulations.
    This document pertains to a U.S. Army contract concerning the design and specifications for a Barrel Assembly, specifically for the LAT tested and function-fired model, designated as part of the M3A1 Multi-Role Anti-Armor Anti-Personnel Weapon System. It includes detailed design activity and quality approval information, indicating that the project is managed by the Combat Capabilities Development Command Armaments Center at Picatinny Arsenal, New Jersey. Key elements of the design include adherence to applicable standards, specifications set by ASME, and material engineering protocols. The document also emphasizes that only the items specified in the drawing are approved for use, with substitutes requiring prior approval. It outlines vendor information, including the approved source of supply, and is categorized as a source control drawing, indicative of its intended regulatory use. The distribution statement confirms that the document is approved for public release, allowing unrestricted access to its contents.
    The document outlines a Technical Data Package List (TDPL) for the U.S. Army Armament Center related to the manufacturing, packaging, and inspection of a specific barrel assembly component (Request ID: EH4C0713EH) per specification MIL-W-63150. It details essential product, packaging, and inspection documents while emphasizing compliance with all associated specifications and standards. The TDPL is organized into sections that include product drawings, inspection standards, and hazardous component safety data. Additionally, the document specifies that it contains non-classified information, and its most restrictive distribution statement is "A," allowing for unlimited public release. Various symbols and notes clarify document references, drawing codes, and standards to be used during manufacturing. Overall, the main purpose of this TDPL is to provide a comprehensive and standardized framework for producing military components, ensuring adherence to military specifications, and facilitating seamless communication regarding the technical requirements and associated documentation necessary for potential bidders or contractors in the defense sector.
    The document outlines a Technical Data Package List (TDPL) for the U.S. Army Armament Center related to the manufacturing, packaging, and inspection of a specific barrel assembly component (Request ID: EH4C0713EH) per specification MIL-W-63150. It details essential product, packaging, and inspection documents while emphasizing compliance with all associated specifications and standards. The TDPL is organized into sections that include product drawings, inspection standards, and hazardous component safety data. Additionally, the document specifies that it contains non-classified information, and its most restrictive distribution statement is "A," allowing for unlimited public release. Various symbols and notes clarify document references, drawing codes, and standards to be used during manufacturing. Overall, the main purpose of this TDPL is to provide a comprehensive and standardized framework for producing military components, ensuring adherence to military specifications, and facilitating seamless communication regarding the technical requirements and associated documentation necessary for potential bidders or contractors in the defense sector.
    The document outlines the requirements for Contract C related to the procurement of a Barrel Assembly for a specific military application. Identified by part number 13113754 and NSN 1015-01-714-3510, the assembly must be purchased from the original equipment manufacturer, Saab Dynamics AB, following an approved justification and approval (J&A) process. Key engineering exception noted involves the use of a single source control drawing. The document specifies the necessity for drawing masters, indicating a “no” to their availability. It includes signatures and contact details from relevant engineering and procurement personnel, underscoring the collaborative nature of the procurement process. Compliance with established protocols and documentation is emphasized to ensure quality and clarity throughout the contract execution. Overall, the file serves to communicate critical specifications and procurement procedures associated with this military contracting action.
    The document provides a comprehensive guide on navigating and interpreting a 3Di PDF, specifically tailored for Technical Data Packages (TDP) derived from 3D CAD models. It explains the features and functionalities of 3Di PDFs, which combine traditional 2D drawing elements with interactive 3D models. Various sections cover how to open a 3Di PDF, its layout—including model space and viewing options—and features for both part and assembly models, such as a Bill of Materials pane. Key tools for user interaction include rotating, panning, zooming, and measuring models, along with options for printing specific views or the current view. The document emphasizes how annotations are linked to model features, enhancing user understanding. Overall, the guide serves as an instructional resource to aid users in effectively utilizing interactive 3Di PDFs for precise technical documentation, a vital component for federal and state grant applications and RFPs where detailed design and engineering specifications are required. Such documents facilitate collaborative assessments and adherence to detailed regulatory and compliance standards in government contracting processes.
    Amendment 0001 to solicitation SPRDL1-25-Q-0091 extends the deadline for offer submissions. The original deadline of May 26, 2025, at 3:00 PM local time (Warren, MI) has been changed to August 22, 2025, at 3:00 PM local time (Warren, MI). All other terms and conditions of the solicitation remain unchanged and in full effect. This amendment is a standard modification for government solicitations, indicating an administrative change to the bidding process.
    This Request for Quotation (RFQ) SPRDL1-25-Q-0091, issued by DLA Land Warren, seeks quotations for four Rifle, Recoilless, BA (NSN: 1015-01-714-3510) units and an optional four additional units, with a firm fixed-price contract. The deadline for submissions has been extended to August 22, 2025. This is an "All or None" acquisition, meaning offers for less than the total quantity will not be considered. Vendors must submit quotes via email to the Contract Specialist. The Technical Data Package (TDP) is source-controlled and available on SAM.gov, requiring a current DD 2345 form for access. Inspection and acceptance will occur at the origin, with delivery to DLA Distribution Anniston within 320 days of award. The solicitation includes detailed requirements for packaging, marking, and supply chain traceability, emphasizing the contractor's responsibility for documentation and adherence to military standards. Unique item identification (IUID) is required for items exceeding $5,000, though these specific rifle units are exempted by the Military Service. The document also addresses engineering change proposals, ozone-depleting substances, and provides contact information for various DLA Distribution depots.
    The document is a Request for Quotation (RFQ) for a Federal procurement related to the supply of recoilless rifles (BA) with specific National Stock Number (NSN) and manufacturer details. It outlines the procurement process for interested vendors, emphasizing that this RFQ is not a commitment for the government to engage in a contract, nor does it obligate the government to cover any costs incurred by responders. The RFQ contains multiple sections including delivery requirements, pricing, and detailed specifications for the supplies to be provided, as well as the necessary certifications and documentation. An important aspect highlights that proposals must be submitted electronically to a designated Contract Specialist by a specified deadline to be considered. Additionally, the RFQ stipulates the requirement for inspection and acceptance at the origin and emphasizes specific packaging and marking standards according to military specifications. The RFQ concludes by detailing the compliance requirements concerning unique item identification for tracking and traceability of delivered items. This comprehensive document underscores the structured process of federal procurement, ensuring accountability and adherence to regulatory standards in governmental contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    DRIVE UNIT,ANGLE DR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting quotes for the procurement of seven units of the DRIVE UNIT, ANGLE DR. This contract requires the manufacturer to adhere to specific quality assurance standards and inspection protocols, ensuring that the items meet the necessary military specifications and standards. The DRIVE UNIT is critical for military applications, particularly in the context of small arms and ordnance manufacturing. Interested vendors must submit their quotes by December 30, 2025, and can reach out to Jacob Garland at 445-737-2450 or via email at JACOB.GARLAND@DLA.MIL for further inquiries.
    SPRRA225R0002 MLRS SPARES
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    CONTROL ASSEMBLY,AC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of CONTROL ASSEMBLY,AC, a critical component in the manufacturing of small arms and ordnance accessories. This solicitation emphasizes the need for compliance with specific inspection and acceptance criteria, as well as adherence to quality assurance standards, ensuring that all supplied items meet rigorous military specifications. The procurement is vital for maintaining operational readiness and supporting national defense initiatives, with the solicitation closing on February 20, 2025. Interested vendors should direct inquiries to Amy Smith at 385-591-3484 or via email at AMY.SMITH@DLA.MIL for further details.
    10--RIFLE SLING ATTACHM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of rifle sling attachments, specifically NSN 1005017062366. The contract will involve an estimated quantity of 508 units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with a guaranteed minimum of 76 units. These items are crucial for military operations and will be shipped to various domestic and overseas DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online through the DLA's e-sourcing platform.
    10--COVER,GUN MOUNT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 70 units of the COVER, GUN MOUNT (NSN 1005016909692). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 10 units. The items are critical for military applications and 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 email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    10--ARM,SIGHT EXTENSION
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Arm Sight Extensions, specifically NSN 1015009087342. The contract will involve an Indefinite Delivery Contract (IDC) with an estimated quantity of four units to be delivered within 140 days after order placement, with a total order value not exceeding $350,000 over the contract's one-year term. These items are critical for military operations, ensuring the effectiveness and reliability of weapon systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    10--BAR, GUIDE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 52 units of NSN 1005010797584 BAR, GUIDE, with an additional single unit required for delivery. These items are critical components in the small arms and ordnance manufacturing sector, emphasizing their importance in military operations and logistics. Interested vendors are encouraged to submit their quotes electronically, with delivery timelines set for 580 days and 90 days after order placement, respectively. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and all submissions must adhere to the guidelines outlined in the solicitation document.
    10--SEAR ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of NSN 1010011336990, specifically the SEAR ASSEMBLY. This procurement includes two lines: one for 9 units to be delivered within 333 days and another for 1 unit to be delivered within 120 days, both to DLA Distribution. The SEAR ASSEMBLY is a critical component in the manufacturing of small arms and ordnance, underscoring its importance in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.
    10--HANDGUARD,LOWER
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of 3,604 units of the HANDGUARD, LOWER (NSN 1005014531633) as part of a total small business set-aside solicitation. The procurement includes two lines: the first for 3,603 units to be delivered within 261 days and the second for 1 unit to be delivered within 90 days. These components are critical for military applications, specifically in the manufacturing of small arms and ordnance accessories. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.