Solicitation For: Weapon Controller Grip Assembly, NSN 1290-01-429-2389
ID: W912CH-25-Q-0010Type: Solicitation
Overview

Buyer

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

NAICS

Other Motor Vehicle Parts Manufacturing (336390)

PSC

MISCELLANEOUS FIRE CONTROL EQUIPMENT (1290)

Set Aside

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

    The Department of Defense, through the Army Contracting Command at Detroit Arsenal, is soliciting proposals for a Firm-Fixed-Price contract for the supply of Weapon Controller Grip Assemblies, specifically designated for use with the M1 Abrams Family of Vehicles. This procurement is a total small business set-aside, requiring interested contractors to submit their offers electronically by the extended deadline of May 30, 2025, as per the latest amendment to the solicitation. The Grip Assembly, identified by NSN 1290-01-429-2389, is critical for military operations, and compliance with stringent military specifications and packaging standards is mandatory. Contractors must ensure they are registered in the System for Award Management (SAM) and may contact Asoma Al Najjar at asoma.a.alnajjar.civ@army.mil for further inquiries regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Information (RFI) focuses on seeking input for the Grip Assembly, Controller Weapon, which is part of an acquisition strategy by the Army Contracting Command - Detroit (ACC-DTA). This market research aims to identify capable vendors, both small and large, able to supply this specific item. Interested firms are invited to demonstrate their qualifications by providing critical information, including their DUNS number, CAGE Code, firm size, delivery capability, and relevant manufacturing expertise. The RFI does not constitute a solicitation for proposals nor obligates the Government to enter into a contract. Responses are to be submitted to Christina Smith by December 6, 2024. The overarching purpose of the RFI is to gauge market interest and capabilities, assisting the Government in future acquisition planning without incurring costs for respondents. The document emphasizes that this exercise is informational, facilitating the Government’s understanding of potential suppliers for improved procurement strategies.
    This document is an amendment to a solicitation for a Firm Fixed Price (FFP) contract pertaining to the supply of military equipment, specifically grip assemblies for the M1 Abrams Family of Vehicles. The amendment extends the submission deadline by one week, adjusts the quantity required from 23 to 26 units for two specific items, and revises delivery schedules accordingly. The solicitation is designated as a total small business set-aside and requires certifications for access to associated technical data, which is restricted under export control laws. Proposals must be submitted electronically, and all bid submissions need to address the total quantity to be deemed responsive. Special attention is given to the importance of timing and proper acknowledgment of amendments to avoid rejection of offers. The document emphasizes regulatory compliance, vendor obligations concerning technical data packaging, and the responsibilities of contractors regarding destruction of sensitive information post-use. Overall, the amendment aims to clarify requirements and ensure fair bidding opportunities while maintaining essential military supply chains.
    This document is an amendment to a solicitation and contract modification under federal government guidelines. Specifically, it is associated with solicitation number W912CH-25-Q-0010 and amendment 0002. The primary purpose of this amendment is to extend the due date for offers from April 30, 2025, to May 30, 2025. All other terms and conditions of the original solicitation remain unchanged. The amendment is issued by the Army Contracting Command at Detroit Arsenal, and it involves a firm fixed-price contract related to supply contracts for the M1 Abrams Family of Vehicles. The document outlines the required acknowledgment of the amendment by contractors and specifies the procedures for submitting offers. This amendment illustrates the government’s flexibility in timelines for procurement processes while ensuring transparency and compliance with existing regulations.
    The Request for Quotation (RFQ) outlines the procurement process for a Firm Fixed Price contract concerning the supply of Grip Assembly, designated for use with the M1 Abrams Family of Vehicles. This solicitation emphasizes a total small business set-aside and specifies that the deadline for quotations is April 23, 2025. The RFQ includes detailed requirements for the submission of quotes, technical data package access, and compliance with various regulations, especially regarding military specifications and packaging standards. In particular, it notes the necessity for a qualified contractor to hold a DD 2345 certification to access the Technical Data Package, and outlines strict guidelines for packaging, marking, and shipping the components. The document also details inspection and acceptance procedures, highlighting the need for Initial Production Inspections (IPI) by a Quality Assurance Representative and stipulating that shipments are subject to inspection at the origin. The RFQ serves as a structured invitation for proposals within the defense contracting framework, facilitating the acquisition of critical components while adhering to government regulations and operational security protocols.
    Similar Opportunities
    16--GRIP ASSEMBLY,PILOT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure three units of the Grip Assembly, Pilot, under a sole source contract. This procurement is critical as the government lacks sufficient data to engage alternative sources, necessitating the use of an established Basic Ordering Agreement (BOA) with the current supplier. The items are subject to Free Trade Agreements and require Government Source Approval prior to award, with specific submission requirements outlined in the NAVSUP WSS Source Approval Brochure. Interested parties should direct inquiries to Casey Brown at casey.m.brown20.civ@us.navy.mil or by phone at 215-697-3752.
    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.
    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.
    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.
    10--HANDGUARD,LOWER
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of 3,604 units of the HANDGUARD, LOWER (NSN 1005014531633) as part of a total small business set-aside solicitation. The procurement includes two lines: the first for 3,603 units to be delivered within 261 days and the second for 1 unit to be delivered within 90 days. These components are critical for military applications, specifically in the manufacturing of small arms and ordnance accessories. 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.
    Right Assembly, M24
    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 M24 Right Assembly (NSN 2840-01-615-5146, Part No. 13036424). This procurement aims to gather information on the capabilities and interest of potential offerors, as the Army seeks to establish a five-year contract for this critical component used in military applications. Interested vendors are required to respond to a voluntary survey detailing their company profiles, manufacturing experience, and compliance with specific requirements, including First Article Testing (FAT). Responses must be submitted via email to Brandy Sanford by December 24, 2025, at 1300 EST, and should include any proprietary information clearly marked.
    Controller
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of 30 controllers, identified by NSN 5945-01-681-9839 and Manufacturer Part Number 12571091, under solicitation number SPRDL1-26-Q-0012. This opportunity is set aside for small businesses and includes an option for an additional 30 units, with all proposals required to be submitted electronically to the Contract Specialist, Kimberly Houghton. The controllers are critical components in electronic assembly manufacturing, and the contract will be awarded on a Firm Fixed Price basis, with delivery expected within 210 days post-award. Interested parties should contact Kimberly Houghton at kimberly.houghton@dla.mil or by phone at 586-230-8521 for further details and to access the Technical Data Package, which is source-controlled and requires a DD 2345 agreement for access.
    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.
    SELECTOR CONTROL SUBASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the Selector Control Subassembly, which is integral to the ventilation and filtration systems of the Howitzer family of vehicles. This procurement involves a Firm Fixed Price supply contract for a total of 225 units over five years, with a guaranteed minimum of 3 units in the first year, and requires compliance with specific technical data packages controlled by HDT Expeditionary Systems. Interested contractors must submit their proposals by December 15, 2025, and are encouraged to contact David Edwards at david.edwards@dla.mil for further details regarding the solicitation and submission process.
    MANUAL DRIVE ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking sources for the procurement of a Manual Drive Assembly, specifically NSN 1015-01-694-6779, as part of a total small business set-aside initiative. The requirement includes a quantity of 168 units, with an option for an additional 168, to support the Abrams Tank program, highlighting the critical role of this component in military operations. Interested vendors must provide their company details, including size status and capability statements, by submitting inquiries to the primary contact, Tania Lawson-Henderson, at TANIA.LAWSON-HENDERSON@DLA.MIL, before the deadline of August 20, 2025. This request for information (RFI) is intended to identify potential suppliers and does not constitute a commitment to procure.