Artillery (PA-55 and PA-71/A) and Mortar (PA162, PA167 and PA175) Fiber Containers
ID: W519TC-25-R-0005Type: Solicitation
Overview

Buyer

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

NAICS

Other Paperboard Container Manufacturing (322219)

PSC

AMMUNITION AND NUCLEAR ORDNANCE BOXES, PACKAGES AND SPECIAL CONTAINERS (8140)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the procurement of artillery and mortar fiber containers, specifically models PA-55, PA-71/A, PA-162, PA-167, and PA-175. The government intends to award up to two firm fixed-price indefinite delivery indefinite quantity contracts, with a total estimated value not exceeding $34,292,003.98, across five ordering periods of twelve months each. These fiber containers are critical for the safe storage and transportation of ammunition, adhering to stringent military specifications and quality standards. Interested offerors must submit their proposals by 3:00 PM CST on May 6, 2025, and are encouraged to direct any inquiries to Chelsey Love at chelsey.m.love.civ@army.mil or Alex Sheppard at alex.r.sheppard.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for Contract C related to the procurement of a "Container Ammo Fiber PA55 105MM Howitzers" based on the specifics provided under the PRON A11112221. Key engineering exceptions include the addition of distribution statements to packaging drawings and the updating of specifications from MIL-C-50409 to reflect current standards, specifically changing references to MIL-STD-1916. The document also includes a checkbox indicating the necessity for drawing masters, which is marked as required. Points of contact are designated, with individuals listed alongside their respective signatures and contact details, indicating their roles in engineering, packaging, and quality assurance. The certification and concurrence section requires signatures from relevant personnel, ensuring oversight and compliance with any regulatory needs. This file serves as a framework for guiding the procurement process and ensuring adherence to updated specifications within government contracting, reflective of the broader context of federal RFPs and grants.
    This government document outlines the requirements for procuring the PA-71/A Fiber Container under a federal contract identified by PRON A11112222. The file indicates that relevant engineering exceptions and specifications are detailed in document 9825005-10, Revision G, dated March 9, 2023. All necessary government specifications can be acquired from the Standardization Documents Order Desk in Philadelphia and from associated industry organizations. Additionally, the document notes whether Mylars are required, indicating "No" in this case. It includes certification by Tiffany L. Schmidt, confirming concurrence on the details provided. The structure of the document includes sections for contract identification, specifics of the engineering exceptions, and contact information for verification, illustrating a formal procurement process aligned with federal guidelines. This procurement action emphasizes compliance with established engineering standards and highlights the importance of clear communication between contracting authorities and industry stakeholders.
    The document outlines requirements for Contract C, specifically regarding the procurement of fiber ammunition containers (Nomenclature: CONTAINER, AMMO, FIBER, POLYLAM, PA175). It highlights engineering exceptions that must be adhered to, including the testing protocol for the Coefficient of Friction (ASTM D1894) and specific changes in standards referenced from TAPPI T523 to ASTM E96/E96M or ASTM F1259. The contract is linked to a drawing (Drawing 12977500) which, despite being withdrawn, outlines applicable testing standards. Additionally, it notes that Drawing 13024501 has been misidentified as a reference drawing. Certification signatures for the engineering and packaging requirements are included with contact information of the involved personnel. Overall, this procurement action emphasizes adherence to specific engineering and packaging protocols critical for the successful acquisition of the specified ammunition container, illustrating the standard procedures within federal contracting processes.
    The document outlines the requirements for Contract C related to the procurement of Container Ammunition Fiber Polylam. It specifies the use of ASTM D1894 for testing the Coefficient of Friction of polycoat material, despite its withdrawal status. Changes to testing protocols include replacing TAPPI T523 with ASTM E96/E96M or ASTM F1259. The document specifies the need for drawing masters, indicated by a checkmark for "No" in that section. Several certification signatures, including that of Adrien A Garceau and Jannice Colon, confirm the document's validity and detail contact information for further inquiries. The structure consists of sections detailing engineering exceptions, testing requirements, and compliance certifications, reflecting the document's role in ensuring adherence to specified standards during procurement in government contracts, particularly focusing on materials and engineering specifications for military applications.
    This document outlines the requirements for Contract C related to the procurement of ammunition containers (specifically, CNTNR, AMMO, FBR, POLYLAM, PA162 F/81MM), under PRON A11112229 and TDPL number 12993641:19200, with a date of November 8, 2023. Key engineering exceptions include specifications for testing the Coefficient of Friction of Polycoat material using ASTM D1894 and modifies a referenced standard from TAPPI T523 to ASTM E96/E96M or ASTM F1259. The document indicates that Drawing Masters are not required for this procurement action. Certification signatures from relevant personnel, including Adrien A Garceau, confirm concurrence with the stated requirements. This contract serves as a crucial procurement initiative within the federal government's framework for RFPs, ensuring compliance with engineering and packaging standards while addressing the needs of military and defense operations. The overall goal is to secure reliable and adequately tested ammunition containers to support operational readiness within established guidelines.
    The U.S. Army Contracting Command – Rock Island is soliciting information through a Past Performance Questionnaire to assess offerors' past performance for RFP W519TC-25-R-0005. Evaluations will focus on recent contracts relevant to NAICS 322219, emphasizing accurate and complete responses. Offerors are to provide their organizational details, contract specifics, and the performance ratings including criteria for confidence levels ranging from "Substantial" to "No Confidence" based on various factors like compliance, project management, timeliness, and customer satisfaction. Respondents must provide rationale for their evaluations and can identify additional relevant past efforts. Responses are required within 15 days of receipt, to be sent to designated contracting officials. Stressing the importance of cooperation, the cover letter conveys that the evaluation results will impact federal contracts. This questionnaire is a critical component of the competitive source selection process, aimed at ensuring transparency and accountability in contract awards.
    The document outlines a Request for Proposals (RFP) for the production of various fiber containers, including PA-55, PA-71A, PA-175, PA-162, and PA-167 models, across multiple ordering periods. Each model is identified by its National Stock Number (NSN) and Part Number (P/N). The RFP details the bid evaluation process, highlighting different Contract Line Item Numbers (CLINs) and their associated potential evaluated prices during the first ordering period. It specifies quantity ranges that affect pricing, with price adjustments based on volume, ranging from 10% to 100%. The document explicitly instructs offerors to input prices into designated cells only; deviations or additional information outside these parameters may lead to proposal rejection. The structured format includes repetitive sections for future ordering periods, allowing for consistent pricing evaluations across order fulfillment. This RFP emphasizes the government's focus on standardization and cost-effectiveness in procuring necessary materials for military or governmental use.
    The document outlines the operations security (OPSEC) requirements for several procurement solicitations related to ammunition container projects, conducted by the Joint Munitions Command. Each project, dated between January and January 2024, has been determined to have no specific OPSEC requirements, thus requiring no additional security measures for the procurement phase. However, contractors must incorporate a statement of work (SOW) and submit an OPSEC Acquisition Plan as part of their solicitation response. Following the contract award, the Contracting Officer will consult with the OPSEC Officer on requests for sensitive information release. Contractors are obliged to maintain an OPSEC program throughout their performance, which includes preparing an OPSEC Plan, providing training to employees, and conducting self-assessments annually. Additionally, all sensitive information is subject to strict distribution limitations based on specified distribution statements, with a reminder that it cannot be released without prior approval. The document emphasizes the importance of safeguarding sensitive information to protect national security and support efficient contract execution.
    This document details the commercial packaging requirements for various types of ammunition containers, emphasizing the importance of preservation, cleanliness, cushioning, packing efficiency, and proper unitization. Each container must provide protection for a minimum of one year and meet strict standards for preventing contamination, moisture ingress, and physical damage. The document mandates compliance with regulations regarding hazardous materials, ensuring safe handling, storage, and transportation according to Title 49 CFR. Packaging materials must adhere to international standards for heat treatment, particularly for any wood used in construction. All shipments require clear marking, including barcodes and specific handling instructions, and must be palletized for stability and safety during transportation. Quality assurance measures involve establishing a reliable system for inspections and tests to ensure acceptability. Overall, this document serves as a guideline for contractors and suppliers engaged with federal and military operations, ensuring both compliance and safety in the logistical handling of ammunition materials.
    The document outlines the contract requirements for various ammunition container procurements under multiple PRON (Procurement Reference Order Number) listings, each detailing specifications and engineering exceptions. Key points across the documents include adherence to specific ASTM and MIL standards for testing material properties and packaging. Notable updates involve the substitution of outdated testing methodologies and discrepancies in drawing designations. Each contract emphasizes the necessity for drawing masters, with certification signatures required for engineering and packaging personnel. The document serves as a guideline for ensuring that all relevant standards and exceptions are met in the procurement process, highlighting the procedural steps and impacting timelines for contract compliance. Overall, it illustrates the commitment to maintaining quality and regulatory standards in military supply contracts, ensuring proper specifications for functional and safe ammunition containers.
    The Configuration Change Management Documentation outlines procedures for contractors to submit Engineering Change Proposals (ECPs) and Requests for Variance (RFVs) concerning government-provided Technical Data Packages (TDPs). Contractors can propose permanent changes via ECPs, which must include necessary Notices of Revision (NORs) to define the change fully. Additionally, if considered urgent, contractors must justify ECPs within 48 hours. RFVs permit temporary deviations from TDP requirements, requiring submission of DD Form 1694 prior to government acceptance. The document clarifies that submission of ECPs or RFVs does not alter project delivery deadlines or exempt contractors from compliance obligations. All modifications must be negotiated with the Contracting Officer. Overall, this document emphasizes the structured process for managing changes to specifications while ensuring timely contract performance and adherence to regulatory requirements.
    The Operations Security (OPSEC) Plan outlines measures to safeguard sensitive information related to a federal contract program. Its primary purpose is to protect Controlled Unclassified Information (CUI) and ensure that vulnerabilities are managed effectively amid various intelligence threats, including Human Intelligence (HUMINT), Signals Intelligence (SIGINT), and others. The Plan delineates responsibilities, including the OPSEC Manager's role in disseminating threat information and ensuring compliance with OPSEC principles among all personnel and subcontractors involved in the contract. Key components include detailed procedures for handling and transmitting CUI, training requirements for staff, and protocols for visitor management to prevent unauthorized access to sensitive operations. The document emphasizes a continuous OPSEC cycle involving identifying critical information, assessing risks, and applying protective measures. Periodic reviews and self-assessments of the OPSEC program are mandated to adapt to changing security needs and threats. Ultimately, the Plan underscores the importance of safeguarding U.S. technological advantages and the integrity of business operations against espionage and unauthorized disclosure. The OPSEC measures are crucial for maintaining national security through the structured management of sensitive information within government contracts.
    The document outlines the Contract Data Requirements List (CDRL) requiring submissions related to a federal contract identified as A.1111222.9, focusing on various data items pertinent to the system/item "CNTNR AMMO FIBER POLYLAM, PA162." It specifies four key data items: Request for Variance (RFV), Engineering Change Proposal (ECP), Notice of Revision (NOR), and Operations Security (OPSEC) Plan. Each item includes a description, authority documentation number, frequency of submission, required formats, and distribution specifics. The document emphasizes the importance of compliance with government-compatible software and specific submission protocols. It highlights the necessity for contractors to prepare data in adherence to the stated requirements, ensuring thorough review and approval processes are observed and recommends electronic submissions to designated military email addresses. Additionally, it specifies that distribution statements will need to be assigned according to Department of Defense guidelines, impacting how data is shared. This robust documentation framework guarantees that data provision meets government standards, ultimately supporting the program's objectives under the existing federal RFP context.
    The document outlines a CONTRACT DATA REQUIREMENTS LIST (CDRL) that details various data submissions required by the Department of Defense (DoD) for the contract referenced as A.1111222.8, specifically for the system/item "Container Ammo Fiber Polylam, PA167." It lists several types of data items including a Request for Variance (RFV), Engineering Change Proposal (ECP), Notice of Revision (NOR), and an Operations Security (OPSEC) Plan, each with specific requirements for submission frequency, distribution statements, and responsible offices. The document mandates that all data must be formatted in government-compatible software and specifies submission methods including electronic formats. It emphasizes the importance of adherence to distribution statements which dictate the confidentiality levels of the documents and provides extensive instructions on the completion of associated forms. The purpose of the CDRL is to ensure efficient acquisition and management of data essential for the fulfillment of government contracts, thereby facilitating oversight and compliance with regulations. Overall, the document serves as a comprehensive guide for contractors regarding data submission requirements and processes related to government contracts.
    The document outlines the Contract Data Requirements List (CDRL) for a contract focused on the procurement of a "Container, Ammo, Fiber, Polylam" system, identified under Contract/PR No. A.1111222.6. It specifies various data items required from the contractor, including a Request for Variance (RFV), Engineering Change Proposal (ECP), Notice of Revision (NOR), and Operations Security (OPSEC) Plan. Each item references its respective authority and outlines submission standards, frequency, and distribution requirements. All submissions must be compatible with government software, with a directive to use preferred submission forms. The document emphasizes the importance of these data items for contract compliance and management, detailing the processes for review, approval, and distribution of critical information. An estimated reporting burden of 220 hours per response is noted, reinforcing the administrative rigor required in government procurement activities. Overall, the structure clearly organizes the data requirements to ensure that contractors adhere to mandatory specifications, which is essential for effective project execution and compliance within federal contracting standards.
    The document serves as a Contract Data Requirements List (CDRL), outlining expectations for data submissions related to a specific defense contract concerning the CNTNR AMMO FIBER PA55 105MM system. It details the requirements for three data items: a Request for Variance (RFV), an Engineering Change Proposal (ECP), and a Notice of Revision (NOR), all linked to the contract number A.11112222.1. The document specifies submission formats (government-compatible software), deadlines for initial and subsequent submissions, required distribution statements, and the offices responsible for reviewing the submissions. A key component is the insistence on adherence to distribution levels determined by the Department of Defense, which categorize the data's confidentiality. The guidance indicates that all detail must comply with the outlined obligations in the Statement of Work and is essential to the effective performance of the contract. The structure is systematic, listing each data requirement under various categories and providing forms for submission, emphasizing compliance and thoroughness in the data delivery process, aligning with typical practices in federal contracting and procurement. Overall, this document reinforces the importance of precise documentation and timely communication in federally funded defense contracts.
    The document outlines the Contract Data Requirements List (CDRL) for the PA-71/A Fiber Container project, managed by the U.S. Department of Defense (DoD). It specifies data items required from the contractor, including Requests for Variance (RFV), Engineering Change Proposals (ECP), Notice of Revision (NOR), and an Operations Security (OPSEC) Plan. Each item details submission requirements, related authorities, distribution statements, and necessary software formats. The document emphasizes the importance of sharing data in compatible formats, like Microsoft Office or PDF, and requires electronic submission through specified channels. Additionally, it details the responsibilities of various government offices involved, including the contracting officer and technical offices. There is a strong focus on compliance with government specifications and timelines for review and approval of each data item. Overall, the CDRL serves as a structured approach for ensuring that contractors meet the necessary documentation and reporting standards as part of federal contracting processes.
    This government document outlines the Contract Data Requirements List (CDRL) for the procurement of artillery and mortar fiber containers. It specifies critical submission timelines for various data items, including a Quality Program Plan, Statistical Process Control documentation, First Article Qualification Test Plans, and Acceptance Test Reports. Key deadlines include the requirement to submit the Quality Program Plan and inspection plans within 150 calendar days post-contract award, with subsequent reviews and approvals mandated at various stages. The documentation emphasizes the procurement process’s compliance with federal regulations, requiring contractors to submit documents via email or a secure military exchange platform. Furthermore, it designates specific deadlines for review and revision of submitted plans, underscoring the importance of orderly data submission in ensuring production readiness and alignment with quality assurance standards. This structured approach aims to facilitate engagement between contractors and government agencies, ensuring that all technical and quality measures align with contractual obligations for safe and effective military operations.
    The document outlines quality requirements for a government contract involving the production of ammunition containers. It details inspection, acceptance, and quality assurance processes necessary for compliance with federal standards. Key components include the need for contractor-generated Statistical Process Control (SPC) plans, detailed First Article Test (FAT) protocols, warranty guidelines, and specific procedures for rework and repair of nonconforming materials. The document emphasizes performance indices, specifying acceptable levels for critical and non-critical parameters, and mandates that all quality assurance actions be documented and reviewed by government agencies. Furthermore, it mandates the use of Automated Acceptance Inspection Equipment (AAIE) and thorough measurement systems, ensuring reliability and accuracy throughout the production process. Overall, the file serves to ensure strict adherence to quality control protocols in delivering reliable ammunition packing solutions while being clear on the ramifications of non-compliance. The emphasis on documentation and government oversight underscores the importance of accountability in federal contracting processes.
    This document serves as an amendment to Request for Proposal (RFP) W519TC-25-R-0005, issued by the Army Contracting Command. The amendment alters specific language regarding inspection, acceptance, and delivery terms for artillery and mortar fiber containers. The key changes involve modifying the Free on Board (FOB) point from "Origin/Origin/Origin" to "Origin/Origin/Destination," clarifying that shipments will now be delivered to a specified destination instead of the manufacturer's location. The amendment also integrates two clauses related to FOB Destination, enhancing the regulations surrounding shipping and receipt of goods. The document specifies the need for acknowledgment of this amendment by contractors and outlines the procedures for changes to already submitted offers. Additionally, the amendment explains that the Government is under no obligation to purchase any quantity beyond a guaranteed minimum and that each order stands alone regarding obligations and delivery terms. Overall, this amendment represents a crucial update for potential bidders, ensuring transparency and clarity in the bidding process for the associated contracts.
    Amendment 0002 to RFP W519TC25R0005 addresses a correction of an administrative error regarding the Contract Specialist's contact information. The amendment specifies that there are no changes to the content of the original Request for Proposal (RFP). The document outlines essential compliance requirements for potential contractors, noting the significance of acknowledging receipt of this amendment for the validity of their offers. It emphasizes that failure to acknowledge the amendment may result in rejected proposals. The contracting authority is identified as the Army Contracting Command based in Rock Island, Illinois, with the Procurement Officer being Chelsey M. Love. The contract type is categorized as a Firm Fixed Price for supply contracts and priced orders. Overall, this brief amendment is focused on maintaining the integrity of the solicitation process while correcting administrative details.
    The document serves as an amendment to the Request for Proposals (RFP) W519TC-25-R-0005 issued by the Army Contracting Command in Rock Island, Illinois. The primary purpose of Amendment 0003 is to extend the proposal submission deadline for the solicitation. The initial due date of March 25, 2025, has been revised to April 8, 2025. The document outlines the procedures contractors must follow to acknowledge receipt of the amendment, including options to submit acknowledgment through completed forms or letters. Despite this modification, all previous terms and conditions of the solicitation remain intact. The amendment is a standard procedure, reflecting administrative updates while ensuring that prospective bidders are duly informed of the changes. The buyer is identified as Chelsey M. Love, who can be contacted for further information.
    This government document is an amendment to the solicitation for contract W519TC-25-R-0005, which primarily serves to extend the proposal submission deadline. Originally set for April 8, 2025, the new due date is April 22, 2025. The document outlines the administration of the contract by the Army Contracting Command in Rock Island, Illinois, indicating a firm fixed-price contract type for supply orders. It includes instructions for offerors on how to acknowledge receipt of the amendment and modify their proposals if needed. Additionally, it notes that all other terms and conditions of the original solicitation remain unchanged, reaffirming the importance of compliance with submission guidelines to avoid rejection of offers. The amendment is a procedural necessity within the framework of federal contracting, ensuring fairness and transparency in the bidding process for government contracts.
    This document is an amendment to Solicitation W519TC-25-R-0005, issued by the Army Contracting Command. The primary purpose of the amendment is to extend the proposal submission deadline for contractors by one week, changing the due date from April 22, 2025, to April 29, 2025. The document outlines various administrative details related to the amendment, including contract identification numbers, contact information for the contracting officer, and methods for acknowledging receipt of the amendment. It emphasizes that all terms and conditions from the original solicitation remain unchanged, except for the adjusted submission timeline. This type of modification is common within federal RFP processes, accommodating contractors' needs for additional time to prepare their proposals while ensuring compliance with procurement regulations.
    This document constitutes Amendment 0006 to the Request for Proposal (RFP) W519TC-25-R-0005, issued by the Army Contracting Command in Rock Island, Illinois. The primary objective of this amendment is to extend the proposal submission deadline by one week. Originally due on April 29, 2025, the new submission deadline is set for May 6, 2025. The document outlines the necessary procedures for acknowledging receipt of the amendment and making any changes to previously submitted proposals. It emphasizes the importance of timely acknowledgment to avoid rejection of offers. There are sections designated for the identification of the contractor, requisition numbers, and modifications to the contract if applicable. The amendment is signed by the authorized contracting officer and is reflective of the formal processes within government contracting, ensuring transparency and adherence to timelines. Overall, this amendment serves to facilitate a smoother bidding process for potential contractors by providing them additional time to prepare their proposals.
    The solicitation, W519TC-25-R-0005, from the Army Contracting Command seeks proposals for the procurement of mortar and artillery fiber containers. The U.S. Government plans to award up to two firm fixed-price indefinite delivery indefinite quantity contracts for these items, with a total ordering value not exceeding $34,292,003.98 across five ordering periods, each spanning one year. Offerors must provide pricing details in a designated Price Matrix and conduct First Article Acceptance Tests (FAAT) within specific timelines to ensure compliance with technical specifications. The contract includes stipulations on inspection, acceptance, and the production of containers that adhere strictly to a certified Technical Data Package. All potential contractors are required to register in the System for Award Management (SAM) and adhere to strict timelines for submission of proposals and inquiries, with a final proposal due by 03:00 P.M. Central Time on March 25, 2025. The documentation emphasizes the importance of compliance with various clauses and requirements to ensure product quality and contract integrity, showcasing the government's methodical approach to procurement and contract management.
    The document pertains to the solicitation W519TC-25-R-0005 and addresses a specific question regarding the Price Matrix in a government RFP. It clarifies that the quantities indicated are for individual orders within one Ordering Period, with each of the five awarded periods lasting 12 months. Importantly, the document notes that there is a guaranteed minimum order requirement, as outlined in Section A Paragraph 11, but the government is not obligated to make any purchases beyond that minimum. This summary highlights essential procurement details relevant for prospective bidders, ensuring clear understanding of order quantities and the contractual environment surrounding this solicitation.
    Similar Opportunities
    Specialized Shipping & Storage Containers
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Detroit Arsenal, is planning to award a sole source contract for specialized shipping and storage containers from Hardigg Industries, LLC. The procurement involves an estimated quantity of 198 shipping and storage containers, identified by NSN 8145-01-535-5579 and part number 16776-101, which are essential for the secure transport and storage of military equipment. The solicitation is expected to be released in four to six weeks, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, David Joley, the Contract Specialist, can be contacted at david.s.joley.civ@army.mil or by phone at 571-588-9341.
    CONTAINER,SHIPPING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of specialized shipping containers, specifically aluminum containers, under the NAICS code 332439. The procurement emphasizes the need for engineering source approval to ensure quality, with a focus on compliance with various military standards and specifications, including First Article Testing (FAT) requirements. These containers are critical for military logistics and must meet stringent quality assurance measures, including dimensional and leak tests, with a delivery timeline set for 365 days after contract award. Interested parties should submit their proposals by December 26, 2025, and can direct inquiries to GIA Pantaleo at 215-737-2249 or via email at GIA.PANTALEO@DLA.MIL.
    Shipping and Storage
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a total small business set-aside contract for shipping and storage containers, specifically NSN 8145-01-251-1903, with a part number of 123444459. The procurement requires a firm fixed price for an initial production quantity of five units, along with a first article quantity of one unit, and includes an option for an additional five units. These containers are critical for specialized shipping and storage needs within military operations, ensuring the secure transport and storage of essential materials. Interested vendors must comply with various quality standards and documentation requirements, and should direct inquiries to Noelle Riggs at noelle.riggs@dla.mil or Janeca Dent at JANECA.DENT@DLA.MIL, with proposals due as specified in the solicitation.
    81--SHIPPING AND STORAG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the manufacturing and supply of specialized shipping and storage containers. The procurement requires the containers to be constructed from steel and to meet specific engineering and quality standards, including unique identification marking and compliance with various military specifications. These containers are critical for the secure transport and storage of military equipment, ensuring their integrity during transit. Interested vendors should contact Gia Pantaleo at 215-737-2249 or via email at GIA.PANTALEO@DLA.MIL for further details, with proposals expected to adhere to the outlined delivery timelines and quality assurance requirements.
    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.
    81--SUPPORT,SHIPPING AN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of shipping support containers, specifically NSN 8145015860404, with a requirement for five units to be delivered to the 0115 CS BN CO A DISTRIBUTION within ten days after order. These containers are critical for the secure packaging and transportation of military supplies, ensuring operational readiness and efficiency. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which must be done electronically as hard copies will not be provided. For inquiries, interested parties can contact the buyer via email at DibbsBSM@dla.mil.
    FD2030-25-01285
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a Special Notice for the procurement of specialized shipping and storage containers, specifically identified by National Stock Number (NSN) 2145-00-887-1949OJ. The requirement includes the provision of shipping and storage solutions as detailed in the top drawing 6800399, with an expected revision date of January 7, 2025. These containers are critical for the logistics and storage needs of military operations, ensuring the safe and efficient handling of equipment and materials. Interested vendors should refer to the solicitation information for further details and are advised that quotes will be accepted once the solicitation has been approved by the contracting officer.
    81--SUPPORT,SHIPPING AN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of shipping support containers, specifically NSN 8145015121015. The requirement includes the delivery of 10 units to the 0553 CS BN CO A Composite and 2 units to the 0123 CS BN CO A Distribution, both due within 10 days after order. These containers are crucial for the effective packaging and transportation of military supplies, ensuring operational readiness. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    81--SUPPORT,SHIPPING AN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of shipping support containers, specifically NSN 8145015121015. The solicitation includes two line items: one for a single unit to be delivered to the 0240 QM CO QM Support Company and another for 29 units to be delivered to the 0115 CS BN CO A Distribution, both required within 10 days after order. These containers are crucial for the effective packaging and transportation of military supplies, ensuring operational readiness. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.