Solicitation for Interface Unit, Fire NSN: 1290015389257
ID: W56HZV23R0066P00001Type: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

MISCELLANEOUS FIRE CONTROL EQUIPMENT (1290)

Set Aside

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

    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a firm-fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply of Interface Units for Fire Control, identified by NSN 1290-01-538-9257. This procurement is set aside for small businesses and includes a minimum purchase guarantee of 479 units, with a total potential of up to 761 units, emphasizing the importance of compliance with federal regulations and military standards. The solicitation, W56HZV-23-R-0066, requires electronic submission of proposals by October 28, 2024, and mandates that all contractors be registered in the System for Award Management (SAM) prior to bidding. Interested parties can contact Justine Broughton at justine.r.broughton.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government solicitation for custodial procurement involving various items required for specific military applications under a DoD contract. It identifies Erika Dennison as the contracting officer and provides pertinent details such as the contract number, solicitation date, and contact information. A significant portion of the document lists items categorized as either serially managed or non-serially managed, featuring detailed specifications including item names, descriptions, quantities, and acquisition costs. Items range from fire interface units to testing software and various assembly components crucial for military operations. The document includes specific notes on the usage and delivery events for these items, reflecting the structured nature essential in government procurement processes. It emphasizes compliance with federal requirements for documentation and item management, reinforcing the commitment to operational efficiency and strategic procurement in defense contexts.
    The document outlines guidelines for the handling of Controlled Unclassified Information (CUI) within federal contracts. CUI refers to sensitive information that, while not classified, requires specific controls regarding access and dissemination due to potential implications for national security and proprietary concerns. Key components include the definition of technical and CUI information, mandatory training requirements for contractors, and strict protocols for storing, transmitting, and disposing of CUI. Access to CUI is limited to authorized personnel who have signed a Non-Disclosure Agreement, and stringent measures must be in place to prevent unauthorized access during and after working hours. Proper disposal methods are specified to ensure that CUI is rendered unreadable and irrecoverable. Moreover, any loss of CUI must be reported to the Government Security Manager within 72 hours, detailing the extent of the compromise and its potential impact. These guidelines are critical for safeguarding sensitive information in accordance with Department of Defense policies, ensuring that contractors adhere to stringent security measures throughout the lifecycle of federal projects and RFPs.
    The document outlines the requirements and procedures for submitting a First Article Waiver Worksheet as part of government procurement processes. It details the information needed for waiver requests, categorizing them into partial and full waivers based on the specifications of the Technical Data Package (TDP), contract, and solicitation conditions. Key components include justifications for the waiver request, such as previous successful tests on similar items or ongoing production history, along with a section for additional pertinent information regarding quality issues or changes in manufacturing processes. The submitter must certify the accuracy of their statements and provide supporting documentation. The document emphasizes the importance of compliance and accuracy in the waiver process, ensuring that requests are substantiated to maintain quality standards in government contracts.
    The document outlines special packaging instructions for military preservation, packing, and marking of a specific item identified by the PRON EH9L0066EH and NSN 1290-01-538-9257. It mandates adherence to MIL-STD-2073-1 and includes explicit requirements for preservation, unitization, marking, and hazardous materials handling. Key points include the necessity for palletization of shipments exceeding 50 cubic feet, comprehensive marking protocols according to MIL-STD-129, and heat treatment standards for wood packaging materials. Contractors must ensure compliance with specific military packaging standards, including the inclusion of proper labeling and passive RFID tagging where applicable. Additionally, hazardous materials must be packaged and labeled following international and federal regulations. This document serves as a guideline ensuring that the packaging and preservation methods meet military standards, facilitating safe and effective transportation and storage within the military distribution system.
    This document is an amendment to a federal solicitation, specifically SOLICITATION W56HZV-23-R-0066, detailing changes to the contract for the procurement of Interface Unit Fire Control supplies. The amendment announces an extension of the offer due date from August 8, 2024, to October 28, 2024. It also revises quantity requirements, reducing CLIN 0011 from 479 to 100 units and CLIN 0012 from 282 to 100 units. The delivery schedules and maximum order limitations are also adjusted accordingly, with updated timelines for delivery after the order award. Added details on government-furnished property are included, outlining quantities for specific components. It reinforces that other terms and conditions remain unchanged and in force unless specified. This amendment is crucial for contractors responding to the solicitation, ensuring clarity on submission timelines, revised specifications, and compliance with the new parameters established.
    This solicitation document, numbered W56HZV-23-R-0066, outlines the procurement process for a two-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract intended for the supply of Interface Units for Fire Control. The solicitation is designated as a total small business set-aside, mandating compliance with specific federal regulations (FAR, DFARS). Key provisions include a minimum purchase guarantee of 479 units, with no obligation for further procurement beyond this amount, and up to 761 units total. Proposals must be submitted electronically by October 28, 2024. The document emphasizes adherence to detailed technical specifications, inspection requirements, and the necessity for contractors to register in the System for Award Management (SAM) prior to bidding. Important amendments have been issued to refine item quantities and delivery schedules, while export-controlled technical data will be provided only to parties registered with the appropriate agreements. This procurement is part of the government's broader strategy to engage small businesses, ensuring compliance with defense-related regulations while enabling timely delivery of essential military supplies.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Weapons Control Unit
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of Weapon Control Units under solicitation number SPRDL1-24-R-0127. The requirement includes a total of 54 units, with an initial order of 27 units and an option for an additional 27, all identified by National Stock Number 1010-01-257-9961 and part number 6289560. These units are critical components for military armored vehicles, and compliance with quality management system requirements, specifically ISO 9001:2015 or equivalent, is mandatory. Interested vendors must submit their proposals by October 24, 2024, and can access the Technical Data Package through the System for Award Management (SAM) after registering and signing a Use and Non-Disclosure Agreement. For further inquiries, vendors can contact Sabrina Swain at Sabrina.Swain@dla.mil or call 586-854-0070.
    70--INTERFACE UNIT,DATA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure an Interface Unit, Data, under a presolicitation notice. The requirement includes three units identified by NSN 7R-7025-016580455-LU, with delivery terms set to FOB Origin. These units are critical for IT and telecom operations, particularly in help desk and productivity tool applications. Interested vendors are encouraged to express their interest and capabilities within 45 days of this notice, with the primary contact being Rachel M. Opperman at (215) 697-2560 or via email at RACHEL.M.OPPERMAN.CIV@US.NAVY.MIL.
    Mount, Gun; NSN: 1005-01-267-8103
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of Gun Mount Assemblies under solicitation number W56HZV-23-R-0174. This opportunity is set aside for small businesses and involves a firm-fixed-price contract for an estimated quantity of 308 units, with a 100% buying option available. The Gun Mount Assemblies, identified by National Stock Number (NSN) 1005-01-267-8103, are critical components for military applications, necessitating compliance with stringent packaging and inspection standards. Interested contractors must submit their proposals electronically to Contract Specialist Kerri Ginter at kerri.e.ginter.civ@army.mil, ensuring they have the required Joint Certification Program (JCP) certification to access the export-controlled Technical Data Package (TDP). Proposals must adhere to the specified deadlines, with late submissions being disqualified.
    25--CONTROL ASSEMBLY,PU
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 235 units of the CONTROL ASSEMBLY, PU (NSN 2590012510682). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, aimed at supplying critical components for military armored vehicles and related equipment. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of reliable supply chains for defense operations. Interested vendors must submit their quotes electronically, and for further inquiries, they can contact the DLA at DibbsBSM@dla.mil. The estimated total value of orders under this contract may reach $250,000, with a guaranteed minimum quantity of 35 units.
    58--CONTROL,INTERFACE
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight-critical control interface item, identified by NSN 0R-5895-017163763-RQ and reference number 540244-120, with a quantity of one unit required. This procurement necessitates government source approval prior to contract award, as the technical data available has not been deemed adequate for full and open competition, meaning only previously approved sources will be considered. The successful vendor must provide comprehensive documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, and failure to submit the required data will result in disqualification from the award process. Interested parties should contact Kathryn S. Hull at (215) 697-6646 or via email at KATHRYN.HULL@NAVY.MIL for further details and to ensure compliance with submission requirements.
    10--CONTACT BOX ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 117 units of the CONTACT BOX ASSEMBLY, identified by NSN 1005012388187. This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year, with an estimated 12 orders per year, and a guaranteed minimum quantity of 17 units, to be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). The items are critical components in the weapons industry, underscoring their importance in military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The total funding amount for this contract is capped at $250,000, with a delivery timeline of 249 days after order placement.
    INTERFACE UNIT,COMM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the INTERFACE UNIT, COMM. The procurement aims to secure a Repair Turnaround Time (RTAT) of 225 days or less, with the requirement for Government Source Inspection (GSI) to ensure compliance with operational standards. This equipment is critical for maintaining communication capabilities within the Navy, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested contractors should submit their quotes, including pricing and RTAT details, by the extended deadline of October 11, 2024. For further inquiries, contact Xavier A. Kellam at 717-605-1319 or via email at XAVIER.A.KELLAM.CIV@US.NAVY.MIL.
    25--ARM,CONTROL,VEHICUL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 20 units of the NSN 2530015926546 ARM, CONTROL, VEHICUL. This solicitation is a Total Small Business Set-Aside, aimed at acquiring vehicular equipment components critical for military operations. The procurement process is conducted via an RFQ, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be available. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with quotes due by 0005 days after the award date.
    61--SWITCHING UNIT,POWE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of seven Switching Units (NSN 6110013809800). This procurement is set aside for small businesses and aims to acquire essential electrical distribution equipment, which plays a critical role in military operations and logistics. 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 order is placed. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    Control Assembly, Gun; NSN: 1090-01-385-5420
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Army Contracting Command – Detroit Arsenal, is seeking information from qualified vendors for the manufacture of a Control Assembly, Gun, identified by NSN 1090-01-385-5420. This Sources Sought Notice aims to gather market research and assess the capabilities of potential suppliers, with a minimum estimated quantity of 36 units and an option for an additional 100% within 365 days. The procurement requires compliance with ISO 9001:2015 standards, and vendors must possess valid certification under the United States/Canada Joint Certification Program to access the technical data package upon solicitation release. Interested parties should submit their qualifications and capability statements to Kerri Ginter at kerri.e.ginter.civ@army.mil within 15 days of this notice, as the government is not obligated to award a contract based on the responses received.