Solicitation - Support, Barrel NSN: 1005-01-530-8726
ID: W912CH-25-Q-0022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

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

PSC

GUNS, THROUGH 30MM (1005)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is soliciting 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 procurement is critical for maintaining the operational readiness of military equipment, as these barrels are essential components in small arms and ordnance systems. Interested contractors must have Joint Certification Program (JCP) certification to access the associated Technical Data Package (TDP), which is export-controlled, and are advised to monitor SAM.gov for any amendments to the solicitation. Proposals must be submitted electronically, and all inquiries should be directed to Contract Specialist Ashley Young at ashley.a.young2.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 7:22 PM UTC
The document outlines guidelines for handling Controlled Unclassified Information (CUI) in the context of U.S. government contracts. CUI refers to information that, while unclassified, requires specific access and distribution controls. The guidelines stipulate that all personnel must adhere to these regulations and company policies regarding proprietary information protection. Key points include the definition and categorization of technical information, the necessity for appropriate CUI markings, and strict controls on access and dissemination. Proper storage and handling measures must be taken to protect CUI, including physical security and encryption for electronic communications. Additionally, it details procedures for the disposal of CUI and reporting any incidents of loss. Ensuring compliance is crucial for safeguarding sensitive information in line with federal regulations, particularly in processes related to RFPs and grants, highlighting governmental priorities in protecting program material integrity and information security.
Mar 26, 2025, 7:22 PM UTC
The First Article Waiver Worksheet is a government form used by contractors to request waivers for First Article Testing (FAT) during the procurement process. It must be submitted on company letterhead and signed by an authorized representative. The worksheet outlines key acquisition information such as the contractor's name, contract numbers, and the type of waiver requested, either partial or full. Contractors need to provide justifications for waiving specific tests, referencing past successful tests on similar items or indicating continuous production of materials. The form also solicits relevant information about manufacturing conditions and any quality issues, with additional space for supporting documentation. The purpose of this worksheet is to streamline the waiver process while ensuring compliance with testing requirements established by the government's Technical Data Package (TDP). An accurate and complete submission is vital for consideration of the waiver request, reinforcing the importance of maintaining quality standards in federal procurement practices. Overall, this document serves a critical role in facilitating efficient contractor evaluations in federal acquisitions.
Jan 7, 2025, 9:05 PM UTC
The Army Contracting Command – Detroit Arsenal (ACC-DTA) issued a Sources Sought Notice to collect information from businesses regarding their capabilities to produce a specific military item, the Support, Barrel (NSN 1005-01-530-8726). This market research aims to inform the government’s acquisition strategy and involves both small and large businesses. The initial and available option quantities are set at 108 each. Submissions must be received by January 22, 2025, and companies are instructed to include their qualifications, past government contracts, production capabilities, and pricing details. Additionally, the document outlines confidentiality measures for proprietary information and the procedure for indicating any trade secrets or confidential data provided. Participation is voluntary and does not guarantee an award of contract. The overall intent is to gather vendor profiles and detailed information relevant to the production of the item, guiding future procurement opportunities within the defense sector. The focus on small business participation aligns with government initiatives to enhance procurement from diverse suppliers.
Mar 26, 2025, 7:22 PM UTC
This document serves as Amendment 0001 to Solicitation W912CH-25-Q-0022, which pertains to a federal procurement for supply contracts related to a machine gun system. Its key purpose is to amend the original solicitation by removing unnecessary contract line items and establishing a requirement for a Use and Non-Disclosure Agreement (NDA) prior to granting access to technical data. The amendment outlines specific submissions and acknowledgments contractors must follow, including instruction on electronic submissions of proposals due by March 14, 2025. Additionally, it details various compliance requirements concerning engineering change proposals, quality inspections, and operational security training protocols for contractors involved in the project. Through these modifications, the amendment emphasizes the importance of adhering to established guidelines and ensuring that contractors are equipped with the necessary documentation to fulfill contract requirements reliably and securely. All other terms and conditions from the original solicitation remain unchanged, reinforcing the continuity of requirements as they relate to federal and defense contracting protocols.
Mar 26, 2025, 7:22 PM UTC
This document is an amendment to Solicitation W912CH-25-Q-0022, focusing on revisions to the evaluation factors for award, particularly concerning the First Article Test Requirement. It stipulates the extended submission guidelines for proposals, emphasizing the importance of compliance with technical specifications outlined in the Technical Data Package (TDP). The amendment narrows factors for evaluating offers to specific criteria, including technical capability, compliance with the proposed delivery schedule, and price evaluation dynamics. It permits waivers for the First Article Test under certain conditions, detailing the evaluation process for such requests. The government aims to award a firm-fixed-price contract to the offeror whose proposal meets defined requirements and represents the best value, factoring in efficiency, compliance, and cost-effectiveness. The amendment reinforces contractor responsibility criteria pursuant to FAR regulations, ensuring that selected offerors possess the necessary resources and capabilities. This comprehensive framework facilitates a transparent bidding process, aligning with federal contract procurement procedures. Overall, it underscores the government's commitment to obtaining the highest quality materials while maintaining compliance with established regulations.
Mar 26, 2025, 7:22 PM UTC
This Request for Quotation (RFQ) is issued by the Army Contracting Command and pertains to a one-time purchase of 108 machine gun support barrels under a total small business set-aside. The RFQ includes specifications for the barrel, related service testing, and packaging guidelines compliant with military standards. Contractors must submit their offers, valid for 120 days, by the indicated deadline. Access to the associated Technical Data Package (TDP) is restricted and requires prior certification under the Militarily Critical Technical Data Agreement. The contract mandates strict adherence to inspection, acceptance, and quality assurance protocols, including the submission of a First Article Test Report to verify compliance with technical specifications. Proposals must conform to established guidelines for packaging, with military preservation and specific labeling requirements. This procurement highlights the government's focus on enhancing defense capabilities while ensuring compliance with federal acquisition regulations.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
10--BARREL,MACHINE GUN
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of machine gun barrels, specifically NSN 1005014338405. The solicitation includes three lines for delivery to DLA Distribution Barstow, with quantities of 8, 34, and 1 units required, to be delivered within 192 and 90 days after order. These components are critical for military operations, emphasizing the importance of reliable small arms and ordnance manufacturing. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
10--BARREL,AUTOMATIC GU - AND OTHER REPLACEMENT PARTS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of an automatic gun barrel and other replacement parts. The procurement includes specific requirements for the design, quality assurance, and inspection of the items, which are critical for military operations and weapon systems. Interested vendors must be authorized distributors of the original manufacturer's items and are required to submit proposals via NECO or email. For further inquiries, potential bidders can contact Logan Mann at 717-605-1381 or via email at LOGAN.W.MANN.CIV@US.NAVY.MIL.
BARREL ASSY, FBP
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the Barrel Assembly, FBP, under a total small business set-aside contract. The procurement requires compliance with specific material and physical standards, as well as adherence to military marking and configuration control specifications. This assembly is critical for various defense applications, emphasizing the importance of quality assurance and inspection throughout the manufacturing process. Interested vendors should contact Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details, with proposals expected to align with the outlined requirements and deadlines.
Procure Eighty(80) Mossberg M500 12 Gauge 28" In Barrel Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for the procurement of eighty (80) Mossberg M500 12 Gauge 28" In Barrel Assemblies. This procurement aims to fulfill a critical requirement for military operations, ensuring that the specified barrel assemblies are compatible with existing Mossberg 500 weapons. Interested vendors must submit their quotes by April 22, 2025, and are encouraged to direct any inquiries to SSG Amairani Roberts at amairani.roberts.mil@army.mil. Compliance with the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) is mandatory, with evaluation criteria focusing on price and technical acceptability.
Buffer Block Assembly
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Detroit Arsenal (ACC-DTA), is conducting a market survey to identify qualified contractors for the production of the Buffer Block Assembly, NSN: 1005-13-116-2124. The Army seeks suppliers capable of manufacturing this item, as they do not possess a complete technical data package for it. This procurement is crucial for maintaining the Army's operational capabilities, as the Buffer Block Assembly is a component related to small arms and ordnance. Interested contractors must respond via email to Mark Hilson at mark.d.hilson.civ@army.mil, as no telephone responses will be accepted, and this market survey does not constitute a solicitation or commitment by the Government.
Buffer Housing Assembly
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking information from businesses regarding their capabilities to produce a Buffer Housing Assembly (NSN 1015-01-304-6580). This Sources Sought Notice aims to gather insights to inform the acquisition strategy for a potential future contract, inviting responses from businesses of all sizes by April 15, 2025. The Buffer Housing Assembly is critical for small arms and ordnance manufacturing, and the procurement process will assess companies' qualifications, production capacities, and pricing without obligating the government to any contract award. Interested parties should submit their responses via email to the designated contacts, MaKenzie Bailey at makenzie.d.bailey.civ@army.mil or Mark Hilson at mark.d.hilson.civ@army.mil, ensuring any proprietary information is clearly marked.
BARREL, DESURGER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Barrel Desurger, a critical component for shipboard systems. The contract emphasizes the need for high-quality materials and certifications, as the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of vital shipboard systems. This procurement is classified as Special Emphasis material, requiring strict adherence to quality assurance and traceability protocols, with a delivery timeline of 365 days from the award date. Interested vendors should contact Francine A. Pomells at 717-605-3354 or via email at francine.a.pommells.civ@us.navy.mil for further details and to ensure compliance with the necessary regulations.
Solicitation_Mortar Mount
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for a Firm-Fixed Price contract for the procurement of Mortar Mounts, designated under NSN 1015-01-561-6067 and Part No. 13015600. This opportunity is exclusively set aside for small businesses, emphasizing the importance of compliance with military packaging standards and the requirement for Joint Certification Program (JCP) certification to access the technical data package (TDP), which is export-controlled. The selected contractor will be responsible for the production and delivery of the mounts within specified timelines, with proposals due by April 24, 2025. Interested parties should direct inquiries to Contract Specialist Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil for further information.
ENTRANCE UNIT, GUN SYSTEM
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for the procurement of 70 units of the Entrance Unit, Gun System, identified by NSN 1005-010502736. The required units are to be sourced from either General Dynamics OTS, Inc. or Lockheed Martin Corporation, with a delivery timeline of 748 days to the DLA Distribution San Joaquin. This procurement is critical for maintaining military readiness and operational capabilities, and proposals will be evaluated based on price, past performance, and delivery timelines. Interested suppliers should submit their proposals via the DIBBS platform or email Danielle Jilton at danielle.jilton@dla.mil, ensuring that submissions do not exceed 15 MB per email, with the solicitation expected to be available online starting April 28, 2025.
1377 - 01-255-1650 MT32/ 1377-01-318-1830 MD98
Buyer not available
The Department of Defense, specifically the NAVSUP Weapon Systems Support Mechanicsburg, is seeking eligible contractors to manufacture items identified by NSN 1377-01-255-1650 and 1377-01-318-1830, with part numbers MT32 and MD98. The procurement involves providing labor, materials, and facilities necessary for the production or repair of cartridge and propellant actuated devices and components, which are critical for military operations. The government intends to solicit and negotiate with one source under FAR 6.302-1 or may opt for full and open competition, and all responsible sources are encouraged to submit capability statements by the closing date of the sources sought notice. Interested parties can contact Connor Fry at connor.b.fry.civ@us.navy.mil for further information.