Remote Assembly (NSN 5895-01-686-3805)
ID: W911N225QA019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Printed Circuit Assembly (Electronic Assembly) Manufacturing (334418)

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of 310 units of Remote Functions Assembly (AMMPS), identified by Part number 13705175-1 and National Stock Number 5895-01-686-3805, to be delivered to Letterkenny Army Depot in Chambersburg, Pennsylvania. This procurement is a Firm-Fixed Price contract, set aside entirely for small businesses, and requires compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including electronic invoicing and item unique identification. The importance of these assemblies lies in their role in supporting advanced mobile power sources for military operations. Interested vendors must submit their quotes by the extended deadline of November 17, 2025, at 12:00 PM EDT, and are encouraged to contact Jaime Hamilton at jaime.a.hamilton.civ@army.mil for further inquiries.

    Files
    Title
    Posted
    This document outlines a purchase description for 310 REMOTE FUNCTIONS ASSEMBLY, AAMPS part number 13705175-1 for the U.S. Army. It details general information, including Letterkenny Army Depot's operating hours. Government responsibilities include identifying requirements and providing specifications and advanced notice for a Certificate of Conformance. Contractor responsibilities involve providing compliant materials, Certificates of Conformance when requested, and adhering to strict safety standards, including LEAD's ISO 45001, AS9100, AS9110 certifications, and various federal and Army safety regulations. The contractor must maintain an effective site safety plan and provide safety reports. Preservation, packaging, and delivery require standard commercial methods to Letterkenny Army Depot Building 9950. Inspection and acceptance will occur upon receipt by Letterkenny Army Depot Quality Assurance in the Procurement Integrated Enterprise Environment (PIEE).
    This government solicitation, W911N225QA019, issued by W911N2, is a Request for Proposal (RFP) for Advanced Medium Mobile Power Sources (AMMPS) REMOTE FUNCTIONS ASSEMBLY. The acquisition is unrestricted with NAICS code 334418 and a size standard of 750. The contractor is responsible for furnishing 310 units of the REMOTE FUNCTIONS ASSEMBLY, National Stock Number 5895016863805, by June 26, 2026. The contract is a Firm Fixed Price arrangement, with the contractor paying transportation costs to the destination, Letterkenny Army Depot in Chambersburg, PA. Payment requests and receiving reports must be submitted electronically via Wide Area WorkFlow (WAWF) using a COMBO document type. The document incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to item unique identification, safeguarding covered defense information, and prohibitions on certain foreign procurements and telecommunications equipment, ensuring compliance with federal contracting requirements.
    This government solicitation, W911N225QA0190002, is for Women-Owned Small Businesses (WOSB) and focuses on acquiring "Advanced Medium Mobile Power Sources (AMMPS) REMOTE FUNCTIONS ASSEMBLY" for Letterkenny Army Depot. The contract outlines requirements for 310 units, to be delivered by June 26, 2026, with the contractor responsible for transportation. It incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including detailed provisions for item unique identification (IUID) for items costing $5,000 or more, electronic invoicing via Wide Area WorkFlow (WAWF), and compliance with numerous socio-economic and ethical standards. Key clauses address contractor responsibilities for inspection, payment, intellectual property, and adherence to labor laws and environmental regulations, ensuring transparency and accountability in federal procurement.
    Amendment W911N225QA0190001 extends the closing date for the solicitation W911N225QA019 to November 7, 2025, at 12:00 PM EDT. This modification, issued by W6QK LAD CONTR OFF, specifically changes the response due date from October 17, 2025, to the new November date. Offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge prior to the new closing date may result in rejection of the offer. Any changes to an already submitted offer must also reference the solicitation and amendment and be received before the new opening date.
    This government file, an amendment to solicitation number W911N225QA019, extends the closing date for offers to November 17, 2025, at 12:00 PM EDT. The amendment, effective October 14, 2025, was issued by W6QK LAD CONTR OFF in Chambersburg, PA. It details the procedures for acknowledging receipt of the amendment, either by completing specific items on the form, acknowledging on each offer copy, or via separate communication. Failure to acknowledge the amendment by the specified date may result in the rejection of the offer. The document also outlines how changes to already submitted offers can be made. This modification ensures that all terms and conditions of the original solicitation remain in effect, except for the extended response due date.
    This government file outlines essential requirements and guidelines for offerors responding to a solicitation, primarily focusing on federal procurement processes. Key stipulations include mandatory registration in the System for Award Management (SAM) with active annual representations and certifications. Offerors must submit questions at least 10 days before the closing date and be prepared for award without discussions, submitting best prices initially. All amendments must be signed and submitted, and proposals require an authorized signature, with proprietary information clearly marked. Payment will be made via Electronic Funds Transfer (EFT) through WAWF. The contract is a Firm Fixed Price, 100% set-aside for small businesses, requiring FOB Destination pricing. Access to technical data drawings necessitates Joint Certification Program (JCP) certification. The document also details the AMC-Level Protest Program as an alternative dispute resolution forum.
    Lifecycle
    Title
    Type
    Similar Opportunities
    POWER SUPPLY ASSEMB
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture of a Power Supply Assembly, classified under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The procurement requires compliance with specific quality assurance and inspection standards, including adherence to MIL-STD-130 for marking and packaging requirements, and emphasizes that no technical data or drawings are available for this item. This assembly is critical for various defense applications, ensuring reliable electrical power supply in military operations. Interested vendors must submit their quotes along with a surplus material certificate if applicable, and can direct inquiries to James Fleniken at 614-693-0847 or via email at JAMES.FLENIKEN@DLA.MIL.
    CABLE ASSEMBLY, RADI
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for a firm-fixed-price contract to manufacture 10 units of "CABLE ASSEMBLY, RADI" (NSN: 5995-01-618-5033, Part Number: 13646605-4). This procurement has transitioned from a 100% small business set-aside to a full and open competition, requiring Production Lot Testing (PLT) for all units, with a completion period of 60 days; Contractor First Article Testing (FAT) is not required, although waivers may be considered. The goods are critical for communication equipment applications within military operations, and proposals must be submitted via email to Tamela D. Riggs-Holman by January 7, 2026, following the issuance of the solicitation on November 25, 2025.
    61--POWER SUPPLY ASSEMB
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 23 units of the Power Supply Assembly (NSN 6130016894719). 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 four orders per year and a guaranteed minimum quantity of three. The Power Supply Assembly is crucial for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Carrier Drive Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to procure spare parts in support of the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement includes fourteen specific National Stock Numbers (NSNs) for various components such as Rotary Pump Units, Antenna Positioners, and Mast Control units, with estimated annual quantities provided for each item. This acquisition is critical for maintaining operational readiness and support for military systems, with a guaranteed minimum contract value of $25,000 and a maximum value of $13,000,000 over a five-year base period. Interested parties must submit their proposals by December 19, 2025, and can contact Keaneesha A. Canady at keaneesha.a.canady@dla.mil or Kyle White at kyle.white@dla.mil for further information.
    Solicitation: W912CH-25-R-0097 DD Auxiliary Power Units
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a Firm Fixed Price, three-year sole source contract for Direct Drive Auxiliary Power Units (DDAPU) from Marvin Land Systems. The procurement involves an estimated maximum quantity of 263 units, identified by National Stock Number (NSN) 6115-01-706-8649, which are critical for military operations requiring reliable auxiliary power. Interested contractors must submit their offers via email by December 19, 2025, and must possess Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. For further inquiries, contact Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    Cable Assembly, SPEC
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for a Firm Fixed Price contract to procure 10 units of Cable Assembly, SPEC (NSN: 6150-01-605-2266, Part Number: 13646597). This solicitation has transitioned from a 100% Small Business Set-Aside to a Full and Open competition, reflecting the importance of these cable assemblies in supporting military operations and equipment. Contractors are required to adhere to stringent quality standards, including compliance with ANSI/J-STD-001 Class 3 for soldering and the implementation of a Lead Free Control Plan, among other provisions outlined in the attached documents. Proposals must be submitted electronically by January 5, 2026, to Tamela Riggs-Holman at tamela.d.riggs-holman.civ@army.mil, with the solicitation documents available for review to ensure compliance with all requirements.
    Transfer Transmission Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of Transfer Transmission Assemblies, specifically identified by National Stock Number (NSN) 2520-01-665-5435 and Manufacturer Part Number 57K8953. This opportunity is set aside for small businesses and requires a Firm Fixed Price contract for an initial quantity of 9 units, with an option for an additional 9 units, emphasizing the need for a First Article Test Report and adherence to strict quality and packaging standards. The successful contractor will be responsible for ensuring compliance with military specifications for preservation and packaging, as well as maintaining supply chain traceability for ten years. Proposals must be submitted via email to the Contract Specialist, Richard Campbell, by December 22, 2025, at 3:00 PM EST, and interested parties can access the Technical Data Packages on SAM.gov, provided they have the necessary DD 2345 certification for export-controlled information.
    61--RECTIFIER ASSEMBLY,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Rectifier Assemblies, specifically NSN 6130016182532. The solicitation includes three line items with varying quantities to be delivered to specific naval facilities, including the Naval Weapons Systems Support Mechanic and the Portsmouth and Norfolk Naval Shipyards, all within 200 days after order. These rectifier assemblies are critical components used in power distribution equipment, underscoring their importance in maintaining operational readiness for naval operations. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the acquisition of 40 units of a Power Supply, specifically identified by NSN: 6130-01-661-4955 and Part Number: RFP-L3500-750-1G1B, from the sole source Ametek Programmable Power, Inc. This procurement is critical for ensuring the availability of reliable electrical equipment, which plays a vital role in various defense operations. Proposals must be submitted electronically by December 8, 2025, at 4:30 PM EST, with delivery expected to Texarkana, TX, within 180 days after contract award. Interested parties can contact Muhammad Kah at Muhammad.kah@dla.mil or by phone at 586-467-1203 for further information.