CAD-PAD PROPELLANT STORAGE
ID: N00174-25-SIMACQ-E2-0042Type: Special Notice
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for the storage, transportation, and maintenance of government-owned propellants and explosives, including high explosives, to Martin Baker Aircraft Co., LTD. The contractor will be responsible for providing a legally approved, bunker-style facility compliant with regulatory standards for a 12-month period, from September 26, 2025, to September 25, 2026, at a designated location in the United Kingdom. This initiative is crucial for ensuring the secure and regulated management of military ordnance, with key responsibilities including transportation of government-furnished property, quarterly explosive inventory updates, and compliance with safety regulations. Interested parties must submit their capabilities to Tammy Kershner via email by 4:00 p.m. EST on May 28, 2025, and must be registered in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center, Indian Head Division (NSWC IHD) has issued a Statement of Work for the provision of storage, transportation, and maintenance for government-owned propellants and explosives, which includes high explosives. Contractors must offer a legally approved, bunker-style facility compliant with regulatory standards for a 12-month period from September 26, 2025, to September 25, 2026, at a specified UK location. Key responsibilities include up to ten transportation trips for government-furnished property (GFP), palletization for overseas shipping, and stabilizer testing with timely reporting to NSWC IHD. The contractor must maintain a separate storage area for government assets, provide quarterly explosive inventory updates, and ensure compliance with packaging, and safety regulations. Transportation requests will be pre-approved by the government, and specific withdrawal protocols will be followed. Assigned government representatives will oversee the contract, ensuring effective communication and compliance. This initiative underscores the government's commitment to secure and regulated management of military ordnance throughout the storage and transportation processes.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    MK70 Booster Ballast Kits
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the fabrication, acceptance inspection, and delivery of MK 70 Booster Ballast Hardware Kits. This procurement is part of an ongoing requirement, with the anticipated contract being a Firm Fixed Price (FFP) type, scheduled for a performance period from June 30, 2026, to June 30, 2031. The MK 70 Booster Ballast Kits are critical components used in military applications, and the Government intends to gather market information to inform future solicitation processes. Interested vendors must submit their capabilities and company information to Diane Hicks at diane.d.hicks.civ@us.navy.mil by December 8, 2025, to be considered for 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).
    1420-01-365-184 CWBO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of explosive items under the title '1420-01-365-184 CWBO'. This opportunity is a competitive, 100 percent Small Business Set-aside, requiring bidders to provide a base quantity of 30 units, with an option for an additional 133.3 percent of the base quantity. The items sought are classified under the NAICS code 332993, focusing on ammunition manufacturing, and are critical for military operations involving guided missile components. Interested parties should note that paper copies of the solicitation will not be provided, and they must contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil for further details regarding the safety survey and explosive specifications.
    1377 - 1377004091099, MD16; 1377014411650, SS17
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of explosive items under solicitation numbers MD16 and SS17. The contract involves the manufacturing of cartridge and propellant actuated devices and components, classified under NAICS code 325920, with specific requirements for safety surveys and compliance with explosive weight and class specifications. These items are critical for military operations, necessitating strict adherence to safety and documentation standards, including the preparation of Ammunition Data Cards (ADCs) as outlined in associated documentation. Interested vendors can reach out to Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or by phone at 771-229-0433 for further details regarding the solicitation process.
    1377 - 1377004091099, MD16; 1377014411650, SS17
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of explosive items under solicitation numbers MD16 and SS17. The procurement involves cartridge and propellant actuated devices and components, which are critical for various military applications, necessitating compliance with stringent safety and manufacturing standards. Interested vendors should note that paper copies of the solicitation will not be provided, and a safety survey will be required due to the explosive nature of the items. For further inquiries, potential bidders can contact Taytiana Quiero at 771-229-0433 or via email at taytiana.e.quiero.civ@us.navy.mil.
    F-15 SMDC Initiators
    Buyer not available
    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.
    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.
    AUTONOMOUS DELIVERY OF PRECISION NEUTRALIZATION OF EXPLOSIVE HAZARDS
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Joint Program Executive Office Armament and Ammunition (JPEO A&A), is seeking innovative solutions for the autonomous delivery of precision neutralization of explosive hazards through Broad Agency Announcement (BAA) W15QKN-25-S-14XS. The objective is to develop scalable systems capable of autonomously neutralizing various explosive threats, including traditional mines and improvised explosive devices, while creating safe maneuver lanes of 4.5m x 150m under challenging conditions, both day and night. This initiative is crucial for enhancing the safety and effectiveness of Army maneuver forces by allowing them to operate from a standoff distance, thereby reducing risk to personnel. Interested parties must submit white papers by April 16, 2025, and full proposals by June 30, 2025, with anticipated awards of up to $2.5 million by August 31, 2025. For inquiries, contact Jacqueline M. Smith at jacqueline.m.smith95.civ@army.mil or MAJ Cameron Fulford for technical questions at cameron.w.fulford.mil@army.mil.
    1377 - 1377-01-170-1407; MW19; Cartridge Assembly, SEAWARS; DWG 851AS275
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of 330 units of Cartridge Assembly, SEAWARS, under the National Stock Number (NSN) 1377-01-170-1407. This contract involves the delivery of explosive ordnance items, which necessitate compliance with safety and security regulations, including a pre-award safety survey and adherence to DFARS 252.223-7002. The solicitation will be available on SAM.gov, and interested parties are encouraged to express their interest and capability to meet the requirements within 15 days of this notice. For further inquiries, potential bidders can contact Kyle Slusser at 771-229-1618 or via email at kyle.j.slusser2.civ@us.navy.mil.
    NAVY Trident II D5 Rocket Motor Storage
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), is conducting market research to identify firms capable of providing receipt, handling, and storage services for Trident II D5 large rocket motors at Camp Navajo in Bellemont, Arizona. The procurement aims to establish a Cost Plus Fixed Fee contract with a base year starting in FY27 and four additional option periods, focusing on the safe and secure operation of specialized storage facilities and compliance with various safety and treaty requirements. Interested firms, particularly small businesses, are encouraged to submit detailed white paper capability statements by December 12, 2025, demonstrating their qualifications, relevant experience, and facility clearances (SECRET or higher) to Amanda Beall at amanda.beall@ssp.navy.mil.