NSN: 1005-01-592-1520, ELEVATING AND TRAVERSING MECHANISM
ID: W912CH-24-Q-0086Type: 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)

Set Aside

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

    The Department of Defense, specifically the Army Contracting Command, is soliciting bids for the procurement of 53 Elevating and Traversing Assemblies, identified by National Stock Number (NSN) 1005-01-592-1520. This firm-fixed-price contract requires compliance with stringent federal contracting regulations, including adherence to the Arms Export Control Act and specific packaging, marking, and inspection standards reflective of military requirements. The assemblies are critical components for military operations, ensuring effective functionality in weapon systems. Interested contractors must submit their proposals electronically by March 6, 2025, and can direct inquiries to Daniel Edwards at daniel.j.edwards82.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides guidelines for handling Controlled Unclassified Information (CUI) as part of federal contracts. CUI consists of unclassified but sensitive information that necessitates specific access and protection protocols. Key points include the definition of technical information, marking requirements, and the obligations of contractors to receive initial and annual CUI training. Access to CUI is restricted to individuals with a legitimate need for it, and stringent storage and handling protocols must be followed to safeguard it from unauthorized access. The document stipulates approved transmission methods, including the use of encryption for digital communications, and prohibits the posting of CUI on publicly accessible websites without prior approval. Additionally, it addresses the destruction of CUI, requiring that it must be rendered irrecoverable when disposed of. Immediate reporting of any CUI loss to the Government Security Manager is mandatory, with specific reporting content required. Overall, the guidelines emphasize the importance of protecting sensitive information in government dealings, ensuring compliance with federal regulations and safeguarding national security interests.
    This document outlines the requirements and procedures for submitting a First Article Test (FAT) Waiver request as part of a government acquisition process. It includes sections for current acquisition information, type of waiver requested (Partial or Full), and justification for the waiver, requiring the submission of supporting documentation. The form asks for details regarding past successful FATs for the same or similar items and any quality issues related to the current item's manufacturing process, including changes to specifications or internal documentation. It stresses the importance of the waiver request being submitted on company letterhead and signed by an authorized agent. The document serves to streamline the testing process by allowing waivers under certain conditions, provided sufficient justification is given. It is an essential part of the contracting process, ensuring compliance with government standards while facilitating efficient procurement practices.
    The Army Contracting Command – Detroit Arsenal (ACC-DTA) issued a Sources Sought Notice to gather information for planning purposes regarding the production of an Elevating and Traversing Mechanism (NSN: 1005-01-592-1520, Part No. 1304660). The ACC-DTA is interested in understanding the capabilities and qualifications of both small and large businesses. An estimated initial quantity of 53 units is anticipated, with an additional option for 53 more. The Technical Data Package (TDP) for this item is export-controlled. Responses to the survey must be submitted by November 13, 2024, and can be partial or complete. Companies are asked to provide information on their production capabilities, past contracts, and quality management systems. The document emphasizes confidentiality and provides strict guidelines on how to label proprietary information. Participation is voluntary, and the government is not obligated to issue a solicitation or award contracts based on the responses received. This initiative aids the military in determining acquisition strategies while promoting participation from various industry sectors.
    The document outlines a Request for Quotation (RFQ) for a Firm-Fixed Price contract concerning the procurement of 53 Elevating and Traversing Assemblies with a National Stock Number (NSN) of 1005-01-592-1520. It specifies that this solicitation is not a small business set-aside and details the submission requirements, the importance of domestic sourcing, and the conveyance of technical data restrictions under export control laws. The RFQ emphasizes submitting proposals electronically by specified deadlines and includes amendments requesting acknowledgment of changes in solicitation dates and requirements. Contractors must comply with rigorous inspection, acceptance criteria, and detailed packaging and marking standards reflective of military requirements, ensuring items meet specific quality benchmarks. Additionally, it mandates Training in Operational Security and the development of a Certificate of Compliance concerning OPSEC awareness. The implications of these elements highlight the government's commitment to promoting thorough compliance and security in defense procurement operations.
    This document serves as Amendment 0001 to Solicitation W912CH-24-Q-0086, which pertains to a firm fixed-price supply contract for machine guns, specifically the .50 M2 series. The primary purpose of this amendment is to extend the solicitation closing date from January 21, 2025, to February 6, 2025. Contractors are required to acknowledge receipt of this amendment in their proposal, which must be submitted electronically to the designated email addresses by the new deadline. All other terms and conditions related to the solicitation remain unchanged. This amendment reflects standard practices in federal contracting to ensure clarity and compliance during the procurement process, emphasizing the importance of timely submissions and acknowledgments from contractors. The document follows a structured format that includes sections for solicitation details, amendment specifics, and submission guidelines.
    This document is Amendment 0002 to Solicitation W912CH-24-Q-0086, addressing a modification to a federal contract related to the supply of Caliber .50 M2 machine gun systems. Key changes include an extension of the solicitation close date from February 6, 2025, to March 6, 2025, the incorporation of a new Certificate of Compliance for OPSEC Awareness (Level 1) Training Report, and updates to contract clauses and data requirements. The amendment outlines the requirement for contractors to acknowledge the changes and submit proposals electronically. Specific contract line items and data item titles are provided, detailing requirements for submission dates and compliance reporting related to OPSEC training. The document emphasizes the government’s commitment to ensuring compliance with security training protocols for contractors working with sensitive information. Overall, the amendment maintains all other terms and conditions of the original solicitation while revising particular sections to enhance clarity and compliance.
    The document is a Request for Quotation (RFQ) issued by the Army Contracting Command Detroit Arsenal, seeking bids for a one-time buy of 53 Elevating and Traversing Assemblies, specified by National Stock Number (NSN) 1005-01-592-1520. The RFQ is not set aside for small businesses and requires compliance with federal contracting regulations, including the Arms Export Control Act for associated technical data. Interested bidders must submit a signed offer by the specified due date, validating their proposal for 120 days. The solicitation details delivery requirements, with item quantities, pricing, and first article tests explicitly defined. A Technical Data Package (TDP) is essential for bidders, necessitating submission of a DD 2345 certification for access. The document outlines packaging, marking standards, inspection and acceptance procedures, and guidelines for handling hazardous materials. This solicitation reflects the government’s commitment to wield competitive procurement practices, ensuring the necessary components for military operations are sourced effectively while enforcing strict compliance with regulatory frameworks.
    Similar Opportunities
    Receiver Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is soliciting bids for the supply of Receiver Assemblies, specifically identified by part number 6535480 and National Stock Number 1005-01-172-7725, under a total small business set-aside. The procurement requires compliance with stringent military specifications for preservation, packaging, and delivery, including a First Article Test (FAT) at the contractor's facility, utilizing government-furnished test equipment and ammunition. These Receiver Assemblies are critical components for military applications, necessitating meticulous attention to detail in their manufacturing and logistics to ensure operational readiness. Interested contractors must submit sealed bids by the specified deadline and can direct inquiries to John P. Moses at john.moses@dla.mil or by phone at 586-467-1212 for further information.
    Anchoring Device
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to award a firm-fixed-price contract for the procurement of 361 anchoring devices, identified by National Stock Number (NSN) 1670-00-999-3544. These devices must be packaged according to Military B standards and will require adherence to specific inspection, acceptance, and delivery protocols as defined by the government. The anchoring devices are critical components used in military operations, ensuring the secure attachment of equipment and personnel during various activities. The solicitation for this opportunity is expected to be released around March 31, 2025, and interested vendors are encouraged to submit capability statements, proposals, or quotations. For further inquiries, potential bidders can contact Deborah A. Hough at deborah.a.hough2.civ@army.mil or by phone at 571-588-9136.
    BEARING ASSEMBLY, CA
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting bids for a firm fixed-price contract to supply Bearing Assemblies, specifically identified by National Stock Number 1025-01-294-3342, to DLA Land Warren in Anniston, Alabama. The procurement requires interested vendors to submit sealed bids that include pricing and compliance with technical specifications, first article testing, and quality assurance measures, with a submission deadline set for March 19, 2025, at 11:59 AM local time. These Bearing Assemblies are critical components for military applications, emphasizing the importance of quality and traceability in the supply chain. For inquiries, vendors can contact Janeca Dent at Janeca.Dent@dla.mil or by phone at 586-467-1233, and must ensure they are registered on SAM.gov to participate in the bidding process.
    LIFTING ASSY
    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 Lifting Assembly. This contract requires compliance with various technical and quality standards, including item unique identification and valuation, inspection and acceptance protocols, and adherence to specific packaging requirements. The Lifting Assembly is critical for military operations, ensuring the reliability and safety of vehicular components used in defense applications. Interested vendors should direct inquiries to Zackary Loudon at 717-605-7722 or via email at ZACKARY.LOUDON@NAVY.MIL, with proposals expected to remain valid for 90 days post-quotation submission.
    W912CH-24-Q-0084 and AMD 0001 - WINCH,DRUM,POWER OP; NSN: 3950-20-010-1538
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is soliciting proposals for the procurement of 14 units of a Power Operation Winch (NSN: 3950-20-010-1538) under Solicitation W912CH-24-Q-0084 and Amendment 0001. This procurement is essential for military operations, ensuring the availability of reliable winching equipment for various applications. Interested contractors must submit their proposals via email by March 3, 2025, at 5:00 p.m. EST, and should direct inquiries to Diana Jones or Katherine E. MacFarland at the provided email addresses. The procurement is not set aside for small businesses, and compliance with military standards for packaging and delivery is required.
    10--ELEVATING AND TRAVE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of elevating and travel equipment under a total small business set-aside. This solicitation aims to acquire small arms, ordnance, and ordnance accessories, which are critical for military operations and readiness. Interested vendors are encouraged to reach out with questions via email to the buyer listed in the solicitation document, and further details can be accessed through the DLA's website. The procurement process emphasizes small business participation, aligning with federal initiatives to support small enterprises in defense contracting.
    59--SECTION ASSY,DC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 14 units of a specific section assembly, identified by NSN 7H-5996-015271492. The procurement is characterized as a presolicitation notice, indicating that the government does not possess the necessary data or rights to purchase or contract repair from alternative sources, making it uneconomical to reverse engineer the part. Interested vendors must include their CAGE code in solicitation requests and can express their interest in providing a commercial item within 15 days of this notice. For further inquiries, interested parties may contact Daniel Shepley at (717) 605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.
    25--CONTROL ASSEMBLY,TR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for the procurement of Control Assembly, TR, under a Combined Synopsis/Solicitation notice. The contract falls under the NAICS code 333613, which pertains to Mechanical Power Transmission Equipment Manufacturing, and is classified under the PSC code 25 for Vehicular Equipment Components. These components are critical for various military applications, ensuring the operational readiness and reliability of defense equipment. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's DIBBS portal.
    Thrust Collar Assembly_Solicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting bids for the procurement of Thrust Collar Assemblies, which are critical components for heavy tracked howitzer systems. This opportunity is a total small business set-aside, requiring compliance with military standards and access to Technical Data Packages (TDP). The procurement emphasizes the importance of quality assurance, including a First Article Test (FAT), and adherence to military packing and preservation standards. Interested contractors must submit sealed offers electronically, and for further inquiries, they can contact Angelo Wilson at angelo.b.wilson.civ@army.mil. The solicitation outlines strict guidelines for handling Controlled Unclassified Information (CUI) and operational security measures, ensuring the integrity and security of sensitive information throughout the contracting process.
    25--CONTROL ASSEMBLY,TR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking suppliers for the procurement of control assemblies under the solicitation titled "25--CONTROL ASSEMBLY,TR." This opportunity involves the manufacturing of mechanical power transmission equipment, specifically categorized under the NAICS code 333613 and PSC code 25, which pertains to vehicular equipment components. The goods procured are critical for maintaining operational readiness and functionality of military vehicles and equipment. Interested vendors should direct their inquiries to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, and are encouraged to submit their proposals in accordance with the specified guidelines.