Synopsis_Ejection Port Cover Assembly
ID: W912CH-25-R-0096Type: Presolicitation
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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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 Ejection Port Cover Assemblies, identified by National Stock Number 1005-00-978-1022. This opportunity is a total small business set-aside, requiring compliance with specific Federal Acquisition Regulations and adherence to the proprietary Technical Data Package (TDP) from Colt's Manufacturing Company, which mandates that only Colt-manufactured covers conforming to the TDP specifications are acceptable. The contract entails the delivery of 46,191 units, with production timelines set at 150 days post-award without a First Article Test or 270 days with one, and interested parties must ensure they have Joint Certification Program (JCP) certification to access the export-controlled technical data. Proposals must be submitted electronically, and inquiries can be directed to Contract Specialist Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, "FIRST ARTICLE WAIVER WORKSHEET," outlines the requirements for requesting a waiver of First Article Testing (FAT) for government contracts. It details two types of waivers: Partial, covering specific tests, and Full, waiving all testing. The form requires comprehensive justification for the waiver, including previous successful FATs on identical or similar items, continuous production history, or successful FATs on next higher assemblies. The document also asks for information on any past quality issues, changes to manufacturing data, or previous waiver/deviation requests. All submissions must be on company letterhead, signed by an authorized agent, and include supporting documentation. This process ensures that quality standards are maintained while allowing for justified exceptions to FAT requirements in federal, state, and local procurement processes.
    This document outlines guidelines for handling Controlled Unclassified Information (CUI) within government contracts, emphasizing its protection, dissemination, and disposal. CUI includes U.S. Government technical information and data listed in the CUI registry, requiring specific access and distribution controls. Contractors must undergo mandatory CUI training, sign Non-Disclosure Agreements, and restrict access to individuals with a valid need. Storing and handling CUI necessitates physical protection and compliance with DFARS 252.204-7012, prohibiting processing on public or personally owned computers. Dissemination requires secure methods, often encrypted, and approval from the Government Security Manager for external releases. Disposal of CUI must follow NIST SP 800-88, ensuring information is unreadable and irrecoverable. Any loss of CUI must be reported to the Government Security Manager within 72 hours, including details on compromise dates, threat methodology, and potential impact on government programs.
    The "Certificate of Technical Data Destruction" (Solicitation W912CH-24-R-0123) is a mandatory document for government contractors, certifying the destruction of all technical data received from the U.S. Government for a specific solicitation or contract. This includes all copies in any format (CD, electronic, print) and prohibits retention of any form. The certificate also requires that all subcontractors and vendors who received any portion of the technical data provide their own Certificates of Technical Data Destruction, which must be attached. The document requires signatures, printed names, company names, CAGE codes, and addresses of the certifying entity, along with a list of any subcontractors and vendors who received the data.
    This Non-Disclosure Agreement (NDA) is for entities responding to U.S. Government solicitations that include proprietary technical data from Colt's Manufacturing Company. The recipient agrees to use Colt's data solely for responding to a Government solicitation or performing a resultant Government contract. Key provisions include providing a signed NDA to the Government contracting officer before receiving the data, restricting disclosure to third parties (except subcontractors/vendors who also sign an NDA), and acknowledging no commercial rights to the data. The recipient must implement security measures to protect the data and destroy all copies once the agreement's purpose is fulfilled, certifying destruction to the Government. The recipient also indemnifies the Government against misuse or unauthorized disclosure. Colt's is a third-party beneficiary with enforcement rights. Confidentiality obligations cease if the data becomes public, is already possessed by the recipient/Government, or is disclosed by a third party without restriction or inducement to breach confidentiality.
    This document outlines the procedures for requesting a waiver for the First Article Test (FAT) within the context of a federal acquisition process. It is structured into sections including current acquisition information, type of request (partial or full waiver), justifications for the waiver, and requirements for supporting documentation. Companies seeking waivers must provide comprehensive justification, which may include successful previous testing on similar items or continuous production of materials, and must detail any differences in manufacturing processes. The submission also requires a signed declaration by a company representative. Attachments documenting previous successful tests or quality issues are essential to support the waiver request. This form is vital for contractors interacting with government contracts, ensuring compliance and streamlining testing processes while maintaining quality assurance.
    This document provides guidelines for handling Controlled Unclassified Information (CUI) relevant to contractors engaged with the U.S. government. CUI includes non-classified information that necessitates access controls and safeguarding. The guidelines specify the types of technical information considered CUI, such as technical reports and engineering data, summarizing the responsibilities of contractors. Training on CUI handling is mandated, including initial and annual refreshers. Access to CUI is restricted to individuals with a legitimate need, and personnel must sign a Non-Disclosure Agreement (NDA). Security measures include physical protection during non-working hours and restrictions against processing CUI on public or personal devices. Transmission of CUI must utilize NIST-approved encryption methods and secure communication channels. It outlines the protocol for disposal of CUI, requiring destruction methods that ensure information is irretrievable. Furthermore, any loss of CUI must be reported to the Government Security Manager within 72 hours, detailing all relevant circumstances. Overall, the guidelines aim to ensure compliance, protect sensitive information, and mitigate risks associated with the handling of CUI, reinforcing its importance in the context of government contracts and RFPs.
    The document outlines a Certificate of Technical Data Destruction related to solicitation W912CH-24-R-0123 by the U.S. Government. The certifying party confirms the complete destruction of all technical data provided under this solicitation, including any copies in various formats, and asserts that no copies have been retained. It also emphasizes the necessity of obtaining similar Certificates of Technical Data Destruction from any subcontractors and vendors who received access to the technical data. The document includes spaces for the authorized signature, printed name, company name, and address details, as well as a list for identifying all subcontractors and vendors involved. This certification process is vital to ensure compliance with federal regulations regarding sensitive technical information in government contracts and to maintain data integrity and security in government procurement activities.
    The document is a Non-Disclosure and Non-Use Agreement between the United States Government and Colt's Manufacturing Company regarding proprietary technical data related to the M16 Family of Weapons. It outlines the obligations of a recipient company, which agrees to use the provided data solely for responding to a government solicitation or executing a resultant government contract. Key points include restrictions on data disclosure, the requirement for subcontractors and vendors to sign similar agreements, and the recipient's responsibility to implement security measures to protect the data. The agreement emphasizes the right of Colt's to pursue enforcement actions against breaches and specifies the duration of confidentiality related to unpublished data. Exceptions to the confidentiality obligations are also defined, covering information already in possession or entering the public domain. This legal framework aims to safeguard sensitive and proprietary information in the context of federal procurement processes.
    The document addresses questions regarding Solicitation W912CH-25-R-0096, specifically concerning Ejection Port Covers. Key questions included whether individual wrapping of EPCs is required, if alternative MIL-SPEC manufacturers are acceptable instead of Colt, and if polymer components can be substituted for steel as a commercial off-the-shelf (COTS) variant. The answers clarify that individual bagging is required due to corrosion susceptibility, as per SPI AM8448525, REV E. Furthermore, Colt’s proprietary Technical Data Package (TDP) must be adhered to, meaning only Colt manufactured Ejection Port Covers conforming to the TDP are acceptable, and neither COTS variants nor polymer materials are permitted, as the TDP specifies steel construction.
    This document outlines a government solicitation for a Firm-Fixed Price Contract related to the procurement of Ejection Port Cover Assembly (National Stock Number 1005-00-978-1022). It is designated as a total small business set-aside, emphasizing that all proposals must comply with specific Federal Acquisition Regulations (FAR). The solicitation stipulates strict timeframes for proposal submissions, with offers remaining valid for 120 days. It requires adherence to unique identification standards for items and encompasses detailed instructions for proposal submission, inspection, and acceptance criteria. Additionally, it addresses the handling of Technical Data Packages restricted under export control laws, necessitating prior certification for contractors. The key deliverables include quantities of 46,191 units, with specified production timelines: 150 days post-award without a First Article Test and 270 days with one. The proposal may include clauses requiring compliance with military standards for packaging, marking, and inspection. The solicitation encourages electronic submissions and emphasizes the importance of maintaining compliance with operational security (OPSEC) and training regulations. The Contracting Officer and specialized contact details are provided to facilitate inquiries. This solicitation illustrates the structured approach employed by the government in its procurement process, ensuring transparency and regulatory adherence while promoting small business participation.
    The document addresses inquiries regarding a solicitation for Ejection Port Covers under RFP W912CH-25-R-0096. A primary concern is whether individual wrapping of the Ejection Port Covers is necessary, as it would nearly double the costs, negatively impacting the ACC-DTA's budget. The response clarifies that the standard requires the covers to be individually bagged to prevent corrosion, noting that the Technical Data Package (TDP) does not specify individual wrapping. Additionally, it states that while Colt manufactured Ejection Port Covers are referenced, contractors can propose alternatives that meet military specifications (MIL-SPEC). The proprietary nature of Colt's TDP restricts access, requiring compliance with its standards. The document emphasizes cost considerations and adherence to quality requirements while exploring options for viable alternatives in government procurement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    10--COVER,GUN SHIELD
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 119 units of the COVER, GUN SHIELD, identified by NSN 1005011718316. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum quantity of 17 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role 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 available online at the DLA's DIBBS website.
    10--TOMPION ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 61 units of the TOMPION ASSEMBLY, identified by NSN 1020003801254. This solicitation is part of a total small business set-aside and aims to fulfill requirements for small arms, ordnance, and ordnance accessories manufacturing, which are critical for military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and the deadline for delivery is set for 168 days after the award. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil or access the solicitation details through the DIBBS website.
    PLUNGER ASSEMBLY - NSN : 1015013406103
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command Detroit Arsenal, is soliciting bids for a Firm Fixed Price contract to supply Plunger Assemblies, identified by NSN 1015-01-34-06103, with an estimated quantity of 42 units. This procurement is a total small business set-aside, emphasizing the need for contractors to be registered in the System for Award Management (SAM) under NAICS code 332994, and to possess a current DD 2345 certification to access the export-controlled Technical Data Package (TDP). The Plunger Assembly is critical for military applications, and the initial production delivery is required within 150 days without a First Article Test or 240 days with one, while adhering to strict quality assurance standards, including ISO 9001:2015. Interested parties should contact Brian Hurd at brian.t.hurd.civ@army.mil for further details and must comply with all outlined requirements, including the submission of a First Article - Waiver Worksheet if applicable.
    Solicitation for Gunner Shield Kit; NSN: 2510-01-498-4996
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the Gunner Shield Kit (NSN: 2510-01-498-4996) under a five-year Firm Fixed Price contract. The procurement aims to acquire up to 1,200 units of the Gunner Shield Kit, which is critical for military vehicle operations, ensuring enhanced protection and functionality. Interested vendors must comply with specific requirements, including First Article Testing, military packaging standards, and ISO 9001:2015 certification, while also obtaining access to export-controlled technical data through the Joint Certification Program (JCP). Proposals are due to the primary contact, Nikhil Patel, via email by the specified deadline, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) method.
    59--COVER,ELECTRICAL CO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of electrical covers under the solicitation titled "59--COVER, ELECTRICAL CO." The requirement includes a total quantity of 5,194 units of National Stock Number (NSN) 5935-01-304-4150, with delivery expected within 112 days after order placement. These electrical components are critical for various military applications, ensuring the reliability and functionality of electronic equipment. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation is available on the DLA's website. The contract may result in an Indefinite Delivery Contract with a guaranteed minimum quantity of 779 units and an estimated total order value of $350,000. For inquiries, vendors can contact the DLA at DibbsBSM@dla.mil.
    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. Interested parties must submit their proposals via email by December 29, 2025, and can contact Haley Bruns at haley.r.bruns.civ@army.mil for further information.
    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.
    Cam Cocking, MK19
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Detroit Arsenal (ACC-DTA), is conducting a market survey to identify qualified contractors for the production of the CAM COCKING, MK19, NSN: 1010-01-679-8771. This procurement aims to gather information regarding the capabilities and interest of potential offerors, as the Army plans for a potential five-year contract that includes mandatory First Article Testing (FAT) and access to a Technical Data Package (TDP). The CAM COCKING, MK19 is a critical component in military operations, and the information collected will assist in planning and determining the capacity of industry sources. Interested parties are encouraged to respond to the market survey by December 15, 2025, at 1300 EST, via email to Brandy Sanford at brandy.l.sanford2.civ@army.mil, noting that this notice does not constitute a solicitation or guarantee of contract award.
    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.
    59--COV ER,ELECTRICAL CO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of electrical covers under solicitation number NSN 5935013040461. The requirement includes a total quantity of 1,990 units, with delivery expected within 80 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These electrical components are crucial for various military applications, and the contract is set aside for small businesses, ensuring that all responsible sources can submit their quotes electronically. Interested parties should direct inquiries to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.