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
    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.
    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.
    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.
    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.
    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.
    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
    1377-01-356-7841 SP02 1377-01-356-7842 SP03
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for explosive items under the solicitation titled '1377-01-356-7841 SP02 1377-01-356-7842 SP03'. This procurement is restricted to Rockwell Collins and involves items classified under the NAICS code 325920 for Explosives Manufacturing, with a focus on cartridge and propellant actuated devices and components. The items are critical for defense operations, necessitating a Safety Survey due to their explosive nature, and a limited drawing package is available for interested contractors. The solicitation close date has been extended to July 11, 2025, at 2:00 PM Eastern Time, and interested parties should acknowledge receipt of this amendment to ensure their offers are considered. For further inquiries, contractors can contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil.
    Sources Sought for Mild Detonating Cord/Fuze
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from potential sources for the procurement of mild detonating cord/fuze (MDC) for use in prototype military munitions at Redstone Arsenal in Huntsville, Alabama. The requirement includes less than 2,000 feet of metal clad MDC with specific dimensions of 1.5-2.0 mm in diameter and a weight of 2.5-3.0 gr/ft, which is critical for explosive signal transfer. This request for information (RFI) aims to gather market research and identify contractors capable of fulfilling this need, with responses due by 3:00 PM CST on December 19, 2025. Interested parties should submit white papers detailing their capabilities and product specifications to the primary contact, Jimmy Creech, at jimmy.w.creech.civ@army.mil.
    Solicitation - 6665-01-226-5589 M9 Chemical Paper
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for a firm-fixed price contract to supply M9 Chemical Paper, identified by NSN 6665-01-226-5589. This procurement requires First Article Testing (FAT) of a sample of 500 units and adherence to military packaging and marking standards, with a minimum guaranteed quantity of 28,563 rolls and a maximum of 1,368,062 rolls over a five-year period. The M9 Chemical Paper is critical for military operations, necessitating compliance with strict handling of export-controlled technical data packages and environmental regulations. Interested vendors must submit their offers electronically via SAM.gov by January 1, 2026, and can direct inquiries to Eboni Albert or Jonice Green at the provided email addresses.
    1377 - 1377004091099, MD16; 1377014411650, SS17
    Dept Of Defense
    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.
    1420-01-365-184 CWBO
    Dept Of Defense
    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.
    Solicitation - Holder, Ammunition NSN: 1398-01-330-9529
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a Firm Fixed Price Contract to supply "Holder, Ammunition" (NSN: 1398-01-330-9529) for the M1 Abrams Family of Vehicles. This procurement is set aside for small businesses and includes a production quantity of three units, with an option for an additional three units, requiring delivery within 150 days after contract award. The solicitation emphasizes strict adherence to military packaging and marking standards, as well as compliance with quality assurance protocols and training requirements for handling Controlled Unclassified Information (CUI). Interested parties must submit their proposals via email to Haley Bruns by December 15, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.
    POWDER, TEC-M400
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency Maritime - Portsmouth, is soliciting proposals for 200 units of TEC-M400 Nickel Copper Powder, specifically for cold spray operations. This procurement is a 100% Small Business Set-Aside, emphasizing the need for compliance with various federal regulations and specifications, including the provision of descriptive literature to demonstrate adherence to the required standards. The solicitation is critical for ensuring the availability of specialized materials necessary for defense operations, with a closing date for submissions set for December 16, 2025, at 4:00 PM EST. Interested vendors should direct inquiries to Sam Aiguier at sam.aiguier@dla.mil and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.
    Supply of Sheeted Cotton Linters (For Use in Nitrocellulose Production)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is seeking suppliers capable of providing sheeted cotton linters for use in nitrocellulose production at the Radford Army Ammunition Plant in Virginia. The procurement aims to secure between 1.8 to 3.1 million pounds per year of bleached cotton linters that conform to Class 2 of MIL-C-206A, with specific quality and property requirements outlined in the attached documentation. These materials are critical for the production of nitrocellulose, which plays a vital role in military applications. Interested contractors are encouraged to submit a white paper detailing their capabilities, including facility capacity and production experience, to the primary contact, Francis Sullivan, at francis.sullivan68.civ@army.mil, or the secondary contact, Kristy Klein, at kristy.klein2.civ@army.mil, as this Request for Information is intended for planning purposes only and does not guarantee a future Request for Proposal.
    MCAS Cherry Point Airshow
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command, is seeking quotations for commercial pyrotechnics to support the Marine Corps Air Station (MCAS) Cherry Point Air Show. The procurement includes various brand-name or equivalent pyrotechnic items such as TexPak components, detonator assemblies, electric detonators, detonating cord, and black powder, all of which are critical for the successful execution of the air show. This firm-fixed-price contract requires delivery of all items to MCAS Cherry Point, NC, within 30 days of award, with a final delivery deadline of March 12, 2026. Interested small businesses must submit their quotations by January 5, 2026, and direct any questions to Anthony G. Fennell or Janice Harvey via email by December 26, 2025.
    1377 - 1377-00-987-3603 M514 Impulse Cartridge MK 44 MOD 0
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of 2,514 units of the M514 Impulse Cartridge MK 44 MOD 0, classified under the NAICS code 325920 for Explosives Manufacturing. This procurement involves items that contain explosives, necessitating compliance with safety regulations, including a pre-award safety survey and adherence to DFARS 252.223-7002, which outlines safety precautions for ammunition and explosives. The solicitation will be available no earlier than the response date for this notice, and interested parties are encouraged to contact Alicia Wargo at alicia.l.wargo.civ@us.navy.mil or by phone at 771-229-0601 for further details. All responsible sources may submit an offer, and the government is open to considering commercial items that meet the requirements within 15 days of this notice.