W519TC-25-Q-POWD Black Powder
ID: W519TC-25-Q-POWD-V2Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Explosives Manufacturing (325920)

PSC

BULK EXPLOSIVES (1376)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking quotes for the procurement of Black Powder Class 3 and Class 6, in accordance with MIL-DTL-223D specifications. This solicitation aims to secure reliable suppliers for military-grade black powder, which is critical for various military applications, including igniters for rockets and artillery primers. Interested contractors must submit their proposals by April 23, 2025, with a firm-fixed-price model, and ensure compliance with all outlined requirements, including providing a 5-pound sample for First Article Testing and adhering to strict quality assurance protocols. For further inquiries, potential offerors can contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.

Files
Title
Posted
The CAAA requires specific quantities of Black Powder, classified as Class 3 and Class 6, for the production of MK140, MK141, and MK144 Signal, Smoke, Illumination, and Marine Markers (SSIMs). According to the document, they need 75 pounds of Class 3 and 25 pounds of Class 6, adhering to the specifications outlined in MIL-DTL-223D. This procurement supports five upcoming projects that involve the production of over 850 SSIMs. The request underscores the importance of compliance with military standards in the manufacturing process while ensuring sufficient supply to meet projected project needs.
Apr 9, 2025, 7:08 PM UTC
The document pertains to a government Request for Proposal (RFP) for the procurement of Black Powder, under the solicitation number W519TC-25-Q-POWD from the Crane Army Ammunition Activity. It specifies that the proposals should be submitted with a firm-fixed-price (FFP) model. The RFP includes multiple Contract Line Item Numbers (CLINs) delineating various categories and quantities of Black Powder, categorized into Class 3 and Class 6, compliant with MIL-DTL-223D standards. The delivery timeline for these items is set at two weeks after the award for the base order, with specific inspection and acceptance testing (FAT) timelines specified as well. The document underscores the requirement for precise pricing, with total evaluated price fields left for contractor input. This indicates a structured procurement process aimed at ensuring quality and compliance for munitions supply within federal specifications while adhering to rigorous delivery schedules and quality assessments.
Apr 9, 2025, 7:08 PM UTC
The document outlines the representation requirements related to covered telecommunications equipment and services as mandated by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It specifies that Offerors (vendors responding to the request) must clarify whether they provide or use such equipment or services when submitting offers for federal contracts. Key points include the definitions of critical terms related to telecommunications, the prohibitions against contracting for covered equipment, and necessary disclosures if the Offeror confirms the use of such equipment. The document also emphasizes the importance of reviewing the System for Award Management (SAM) for excluded parties. The representation section is critical for ensuring compliance with federal regulations aimed at safeguarding national security against risks posed by certain telecommunications systems. This provision aims to ensure that only telecommunication services and equipment that do not compromise security are utilized in government contracts. Overall, it represents a crucial component of the federal procurement process that aims to uphold security standards and mitigate risks associated with technology contracts.
Apr 9, 2025, 7:08 PM UTC
This document outlines the representations and certifications required from offerors in response to federal RFPs and contracts, particularly focusing on compliance regarding small business statuses, labor practices, and eligibility criteria. It details definitions and requirements related to various categories of small businesses, including economically disadvantaged women-owned, service-disabled veteran-owned, and small disadvantaged businesses. The offerors must confirm their compliance with regulations on child labor, tax liabilities, and restricted business operations, particularly regarding Sudan and Iran. It emphasizes the importance of electronic certifications via the System for Award Management (SAM) and requires precise disclosures related to the manufacture of products, including domestic content and any foreign products. The document also mandates certifications regarding communication with government entities and compliance with specific clauses of the Federal Acquisition Regulation (FAR). The comprehensive nature of these representations ensures federal agencies assess the eligibility and responsibility of offerors while maintaining adherence to ethical and legal standards in contracting processes. This provision is essential in facilitating transparent government procurement aimed at promoting fair competition and responsible business practices.
Apr 9, 2025, 7:08 PM UTC
This document outlines the requirements and conditions for contractors responding to a Request for Quotation (RFQ) for Black Powder Class 3 and Class 6, adhering to the MIL-DTL-223D standard. Key stipulations include contractor agreement to communicate promptly via email, provide a 5-pound sample for First Article Testing (FAT) prior to production, and furnish a Certificate of Test Results with each shipment. It is crucial that deliveries are identifiable by lot numbers, and any non-compliance with specifications will result in rejection by the Contracting Activity Appraisal Agency (CAAA). The document also provides options for defining the business size of the contractor, including classifications such as Small, Large, and Disadvantaged entities such as 8(a) firms. Overall, the RFQ seeks to ensure adherence to military standards while establishing clear expectations for communication and compliance from prospective contractors. This RFQ is part of the federal procurement process aimed at securing reliable suppliers for military-grade materials.
The Crane Army Ammunition Activity has issued a solicitation (W519TC-25-Q-POWD) for specific classes of Black Powder (Class 3 and Class 6) compliant with MIL-DTL-223D standards. The document outlines various terms and conditions applicable to the procurement process, which includes references to numerous clauses that govern contractor obligations, product standards, and compliance regulations. Key provisions cover areas such as the System for Award Management, equal opportunity requirements, payment terms, and specific prohibitions related to certain telecommunications equipment and foreign purchases. Additionally, it emphasizes compliance with cybersecurity and information safeguarding measures. This solicitation underscores the federal government's emphasis on promoting compliance with legal frameworks while ensuring the procurement of safe and reliable products, particularly in defense contexts. As such, potential contractors are expected to navigate a comprehensive regulatory landscape to meet the government's needs.
The certified material test report outlines the requirement for suppliers to provide a comprehensive test report for materials shipped to the government. Each report must include the supplier's name and address, purchase order number, detailed identification of materials by specifications, and respective test results for various parameters such as moisture, pH, and density. The report requires the contractor’s authorized representative to confirm the accuracy of the test results. The document specifies that the materials must adhere to the MIL-DTL-223D specification, with a focus on tightly and spirally wound fiberboard liners. These liners are to be constructed using polyvinyl acetate resin adhesive, ensuring maximum horizontal gaps between windings do not exceed 0.06 inches. This mandate ensures compliance with material standards, promotes quality assurance, and maintains governmental oversight on material deliveries. Overall, the requirement serves as a critical component of government procurement, ensuring that all materials meet pre-defined standards before acceptance and use.
Apr 9, 2025, 7:08 PM UTC
The document outlines the detailed specification MIL-DTL-223D for black powder intended for use in military ammunition. It includes the scope, classifications, requirements for material constituents, and testing procedures for quality assurance. The primary classes of black powder serve various military applications, including igniters for rockets and artillery primers. Key requirements include specific composition ratios of potassium nitrate, sulfur, and charcoal, along with strict moisture, ash content, and specific gravity limits. Inspection procedures are specified for both first article and conformance checks, detailing sample preparation and analytical methods for assessing material quality. Packaging and marking regulations emphasize safety and compliance with Department of Transportation guidelines. The document is vital for maintaining standardized production and quality control in the procurement of black powder for defense use, reflecting the federal government’s focus on safety and efficacy in military materials.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Demolition, Charge, Block 1/4 lb TNT, 1/2 lb TNT, and 1 lb TNT.
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of demolition charge blocks of TNT in 1/4 lb, 1/2 lb, and 1 lb configurations under solicitation W519TC-25-R-0013. This opportunity is set aside for small businesses and will result in a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a guaranteed minimum order value of $950,000. The TNT blocks are critical for military applications, necessitating compliance with stringent safety and quality standards, including First Article Testing and adherence to Performance Oriented Packaging requirements. Interested contractors must submit their proposals, including pricing in a specified Price Matrix, by the deadline, and can direct inquiries to Megan Kirby at megan.m.kirby.civ@army.mil or Mackenzie Helgerson at mackenzie.a.helgerson.civ@army.mil.
Propelling Charge Support - 60mm, 81mm, 120mm - Solicitation
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of Propelling Charge Support for 60mm, 81mm, and 120mm artillery programs under Solicitation W519TC-25-R-2008. This opportunity is specifically set aside for small businesses and involves a Firm Fixed Price (FFP) contract with a 100% option quantity, emphasizing the need for adherence to technical specifications and quality assurance protocols. The propelling charge supports are critical components for military munitions, ensuring operational effectiveness and safety. Interested vendors must submit their proposals electronically by April 17, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Riley DeBrock at riley.j.debrock.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil.
MK4-3 Signal Cartridge
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island, is seeking sources for the production and delivery of the F562 Signal Cartridge MK4-3 (flame/hot) with a wooden pallet, intended for use by the United States Air Force and Navy during bombing missions. This procurement aims to fulfill requirements for Fiscal Years 2027-2031, with an estimated production quantity of 30,000-40,000 cartridges annually, and includes First Article Test (FAT) requirements. The signal cartridge, which utilizes red phosphorus to create a visible signal of white smoke and fire flame, is critical for marking impact locations during military exercises. Interested vendors must respond by 12:00 PM CT on May 12, 2025, providing necessary company information and capabilities to Jason Koski at jason.o.koski.civ@army.mil or Bridget Kramer at bridget.l.kramer.civ@army.mil.
Sources Sought for Trinitrotoluene (TNT) Production and Delivery
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is seeking sources for the production and delivery of Trinitrotoluene (TNT) to meet its requirements for Fiscal Years 2027 to 2031. The anticipated production volume ranges from approximately 1,000,000 to 8,000,000 pounds of TNT annually, which is critical for various munitions supporting Department of Defense operations. Interested companies must respond by April 29, 2025, providing detailed information about their capabilities, facilities, and compliance with military specifications, including adherence to packaging and transportation standards outlined in relevant documents. For further inquiries, interested parties can contact Jennifer A. Darby at jennifer.a.darby3.civ@army.mil or Bridget Kramer at bridget.l.kramer.civ@army.mil.
13--BLK3 TOWED ARR GROO
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of the BLK3 TOWED ARR GROO, which falls under the NAICS code 325920 for Explosives Manufacturing. This contract involves the manufacture and supply of specialized demolition materials, with specific requirements for design, quality assurance, and testing, including First Article Testing (FAT) and Production Lot Testing (PLT). The goods are critical for national defense applications, and the contract will be awarded bilaterally, requiring the contractor's written acceptance prior to execution. Interested parties must have a valid U.S. Security Clearance of Confidential or higher and are encouraged to contact Abigail R. Hurlbut at 717-605-6805 or via email at abigail.r.hurlbut.civ@us.navy.mil for further details. The solicitation emphasizes the importance of compliance with quality standards and the necessity for a Certificate of Conformance (COC) or Certificate of Acceptance (COA) with each shipment.
M1128 Base Bleed
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-New Jersey, is conducting a market survey to identify potential sources capable of manufacturing base bleed propellant grains for the M1128 HE Artillery projectile program. The objective is to assess the ability of interested parties to produce 5,000 to 10,000 base bleed grain assembly units per month, which are critical for enhancing the range of conventional artillery systems compatible with platforms like the M777A2 and M109A7. Interested vendors must demonstrate their production capabilities, provide a rough order of magnitude cost estimate, and confirm their ability to meet stringent storage and quality assurance requirements. Responses to this Sources Sought notice are due by April 22, 2025, and should be directed to the primary contact, Ms. Mary O'Connell, at mary.p.oconnell3.civ@army.mil.
40mm Ammunition Sources Sought
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island, is conducting a market survey to identify sources for the production of 40mm ammunition, with requirements spanning from fiscal years 2027 to 2032. The procurement includes various types of 40mm cartridges, such as the M385A1 Practice Cartridge and several High Explosive Dual Purpose Cartridges, with estimated annual production needs ranging from 30,000 to 5 million rounds. This ammunition is critical for military operations and must comply with U.S. Government Technical Data Packages, with production potentially limited to U.S. and Canadian entities. Interested manufacturers are encouraged to submit their capabilities and background information electronically by May 5, 2025, to the designated contact, Allison Howell, at allison.n.howell2.civ@army.mil, as this market survey is intended for informational purposes only and does not constitute a Request for Proposal.
1377-00-409-1096, MD33; 1377-00-409-1097, MD36; 1377-01-448-7159, SS45; 1377-01-
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 identified by the part numbers 1377-00-409-1096, MD33; 1377-00-409-1097, MD36; and 1377-01-448-7159, SS45. This procurement is restricted to Pacific Scientific, located in Hollister, CA, and includes a limited drawing package, although no paper copies will be provided, and drawings are not available on CD. The items are classified as explosive, necessitating a Safety Survey, and interested parties should refer to the solicitation for specific details regarding explosive weight and class. For further inquiries, potential bidders can contact Taytiana E. Figueroa at 717-605-3619 or via email at taytiana.e.figueroa.civ@us.navy.mil.
Solicitation - Support, Barrel NSN: 1005-01-530-8726
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is seeking proposals for the procurement of 108 Support Barrel units, identified by National Stock Number (NSN) 1005-01-530-8726, with an option for an additional 108 units. This solicitation is aimed at acquiring these critical components for small arms and ordnance manufacturing, which play a vital role in enhancing military capabilities. Interested contractors must comply with specific requirements, including obtaining access to an Export Controlled Technical Data Package (TDP) and submitting proposals electronically by the designated deadline. For inquiries, interested parties can contact Ashley Young at ashley.a.young2.civ@army.mil, and they are advised to monitor SAM.gov for any amendments to the solicitation.
1377-01-356-7841 SP02 1377-01-356-7842 SP03
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 identified by solicitation numbers 1377-01-356-7841 SP02 and 1377-01-356-7842 SP03. This procurement is restricted to Rockwell Collins, and interested parties should note that a limited drawing package is available, although no paper copies will be provided and drawings are not available on CD. The items involved are classified as explosive, necessitating a Safety Survey, and details regarding explosive weight and class can be found in the solicitation. For further inquiries, potential bidders can contact Connor Fry at 717-605-4048 or via email at connor.fry@navy.mil.