Solicitation_Mortar Mount
ID: W912CH-24-R-0135Type: 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, 75MM THROUGH 125MM (1015)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a firm-fixed-price contract for the procurement of Mortar Mounts, identified by NSN 1015-01-561-6067 and Part No. 13015600. This opportunity is exclusively set aside for small businesses, emphasizing the importance of compliance with military packaging standards and the requirement for Joint Certification Program (JCP) certification due to the export-controlled nature of the technical data package (TDP). Interested contractors must submit their proposals electronically by May 30, 2025, and direct any inquiries to Contract Specialist Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil. The solicitation process includes several amendments that have extended deadlines and clarified requirements, ensuring that potential bidders have adequate time and information to prepare their submissions.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines guidelines for handling Controlled Unclassified Information (CUI) within U.S. government contracts and related contexts. CUI, which includes technical and unclassified information requiring safeguards as per federal regulations, must adhere to specific access, storage, dissemination, and disposal protocols. All personnel engaged with CUI must complete mandatory training and sign Non-Disclosure Agreements. Instructions on storing CUI emphasize physical security, including locked storage and prohibitions on public access. Dissemination guidelines stipulate the use of secure communication methods and encryption when transmitting CUI, while contractor-hosted environments are permitted under strict conditions. Additionally, CUI must be disposed of in accordance with NIST guidelines to ensure irretrievability. Reporting loss of CUI requires expedient communication with the Government Security Manager, detailing specific timelines and potential impacts. These measures ensure that sensitive information remains protected while facilitating compliant operations in government contracting environments.
    The document outlines the requirements for submitting a First Article Test (FAT) Waiver Worksheet as part of a government acquisition process, particularly within the framework of RFPs and contracts. It specifies that submissions must be on company letterhead, signed by an authorized representative, and include detailed justifications for waiver requests—either partial or full. Key sections include the current acquisition information, types of waiver requests, justifications for waivers, and other pertinent information regarding the item’s production history and any quality issues. The document emphasizes providing supporting documentation and completing specific details surrounding prior successful tests. It also addresses changes in manufacturing data or quality concerns. The final section mandates that the responsible company representative certifies the provided information's accuracy by including their signature and contact information. This worksheet serves as a formal request mechanism to streamline testing processes for items already proven reliable, thereby optimizing efficiency in government procurement while ensuring compliance with established standards.
    This document serves as Amendment 0001 to Solicitation W912CH-24-R-0135, issued by the U.S. Army Corps of Engineers. The amendment's primary intent is to introduce Attachment 0002, the FAT Waiver Worksheet, to the initial solicitation. It specifies that proposals must acknowledge this amendment and be submitted electronically to designated email addresses by April 24, 2025. The structure includes essential fields for administrative details such as contract ID, effective date, and the contractor’s information, alongside protocol for acknowledgment of amendments and submission of proposals. It emphasizes that, aside from the modifications detailed in this amendment, all other terms and conditions of the original solicitation remain unchanged. This document underlines the importance of compliance with amended solicitation instructions for potential bidders, aligning with federal procurement practices. Overall, it is a clear procedural update pertinent to the ongoing bidding process for a firm fixed price supply contract related to the Mortar 81mm XM252 weapon system.
    This document details Amendment 0002 to Solicitation W912CH-24-R-0135 issued by the U.S. Army, aimed at a firm fixed price contract for a supply involving the Mortar 81mm XM252 weapon system. The main purpose of the amendment is twofold: to extend the deadline for proposals from April 24, 2025, to May 27, 2025, and to remove a specific qualification requirement, FAR 52.209-1, from the solicitation. Contractors are instructed to acknowledge receipt of the amendment in their proposal submissions and to submit their proposals electronically to the designated Army email addresses by the new deadline. All other terms and conditions of the original solicitation remain unchanged. This amendment is significant for ensuring potential contractors have adequate time to prepare their proposals while also streamlining the qualification criteria for submission.
    Amendment 0003 to Solicitation W912CH-24-R-0135 is issued to extend the submission deadline for proposals from May 27, 2025, to May 30, 2025. Additionally, it includes the addition of Drawing 12901603 for the Clamp, Upper, Casting to the Attachments Section of the solicitation available on SAM.gov. Proposers are required to acknowledge this amendment in their submissions and must submit proposals electronically to the specified email addresses by the new deadline. All other terms and conditions of the original solicitation remain unchanged. The document outlines the necessary administrative steps and emphasizes compliance for proposal processing in a structured government procurement context.
    The document outlines a government solicitation (W912CH-24-R-0135) for a one-time purchase of 81mm Mortar mounts through a Firm Fixed Price contract, set aside for small businesses. It specifies the proposal submission process, including requirements for registration in the System for Award Management (SAM) and adherence to technical data package (TDP) guidelines. Key details include a 120-day delivery timeline for production orders and a 150-day timeline for acceptance of First Article Test Reports. The contract emphasizes compliance with military packaging and inspection standards, including the need for unique item identification for certain goods. Additionally, contractors must follow operations security procedures and complete necessary training. The solicitation reinforces the government’s commitment to ensuring safety and compliance in defense procurement, while facilitating transparent communication and proposal evaluation processes.
    The document addresses inquiries related to the solicitation W912CH-24-R-0135 regarding contract performance for the M253 Cannon and M3A2 Baseplate. Key points include the clarification that no Government Furnished Equipment (GFE) or Government Furnished Material (GFM) will be provided by the ACC-DTA, meaning the contractor bears full responsibility for these components. Additionally, costs and coordination for Proof Fire Testing (PFT) will also fall solely on the contractor, with no government support specified. The document indicates the necessity for contractors to refer to the solicitation's FAT CLIN, Section E, for further requirements. Overall, the responses reinforce the expectation of contractor responsibility for required assets and testing without government assistance. The context underscores typical practices in federal RFPs, where the risk and cost implications are significant considerations for bidders.
    Lifecycle
    Title
    Type
    Solicitation_Mortar Mount
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    10--COVER,GUN MOUNT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 70 units of the COVER, GUN MOUNT (NSN 1005016909692). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 10 units. The items are critical for military applications and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    53--MOUNT,RESILIENT,GEN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of resilient mounts, specifically NSN 5340015683031, under a total small business set-aside. The contract will involve an estimated quantity of 122 units, with a guaranteed minimum of 18, and is expected to result in an Indefinite Delivery Contract (IDC) with a total order cap of $350,000 over one year. These mounts are critical hardware components used in various military applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. 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 available online through the DLA's Digital Bid Board System.
    MOUNT,RESILIENT,GEN
    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 MOUNT, RESILIENT, GEN, a critical hardware component. The procurement aims to establish a firm-fixed-price contract for the repair services, with a focus on ensuring a rapid turnaround time for repairs and compliance with stringent quality assurance standards. This opportunity is vital for maintaining operational readiness and supporting national defense initiatives, as the repaired items will be utilized in various military applications. Interested contractors should submit their quotes, including pricing and repair turnaround time, to Ethan Lentz at ETHAN.K.LENTZ.CIV@US.NAVY.MIL or by phone at 717-605-2892, with specific deadlines to be determined in the solicitation documents.
    NSN 5340-01-419-9485 - BRACKET, MOUNTING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of 1,648 units of a mounting bracket (NSN: 5340-01-419-9485, Part Number: 13230E4893). This firm-fixed-price contract requires that all offers be for the total quantity, as partial offers will not be considered, and the delivery of the items is expected within 290 days after award to DLA Distribution Anniston. The procurement emphasizes adherence to strict military specifications and standards, including detailed packaging, marking, and inspection requirements, ensuring compliance with quality control measures. Interested vendors must submit their proposals electronically to Contract Specialist Justin Stoner at justin.stoner@dla.mil by December 16, 2025, and must be registered on SAM.gov to access the Technical Data Package necessary for bidding.
    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--TOMPION ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 61 units of the TOMPION ASSEMBLY, identified by NSN 1020003801254. This solicitation is part of a total small business set-aside and aims to fulfill requirements for small arms, ordnance, and ordnance accessories manufacturing, which are critical for military operations. 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 award. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil or access the solicitation details through the DIBBS website.
    Power Distribution Box Assembly
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of seven Power Distribution Box Assemblies (NSN: 6110-01-608-7660, Part No.: 17-3-3470-2) under a Firm Fixed Price contract. This opportunity is set aside for small businesses and requires compliance with specific military packaging and preservation standards, as well as possession of a Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. The assemblies are critical for electrical control applications within military operations, and proposals must be submitted electronically by December 18, 2025, with all inquiries directed to the designated contract specialists, George Campbell and Catherine Castonguay, via their provided email addresses.
    Solicitation, Adapter Housing, NSN: 3040-01-531-4475
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of "Adapter, Housing" (NSN: 3040-01-531-4475) intended for the Howitzer, 155MM, M777E1 weapon system. This opportunity is a Total Small Business Set-Aside, requiring a base quantity of 938 units with an option for an additional 938 units, and mandates a First Article Test (FAT) along with a FAT Report as part of the submission process. Interested contractors must be registered in SAM, possess a current DD 2345 for access to the export-controlled Technical Data Package (TDP), and adhere to specific quality standards, including ISO 9001:2015. The solicitation closes on December 17, 2025, at 5:00 PM local time, with questions due by December 3, 2025, at 12:00 PM EST; for further inquiries, contact Rachel Gervais at rachel.r.gervais.civ@army.mil or by phone at 520-692-8435.
    53--PLATE,MOUNTING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 40 units of NSN 5340015270793, specifically a mounting plate. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated two orders per year and a guaranteed minimum quantity of six. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their importance in supporting military logistics and 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 available online at the DLA's DIBBS website.
    Cam Cocking, MK19
    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 CAM COCKING, MK19, NSN: 1010-01-679-8771. This procurement aims to gather information regarding the capabilities and interest of potential offerors, as the Army plans for a potential five-year contract that includes mandatory First Article Testing (FAT) and access to a Technical Data Package (TDP). The CAM COCKING, MK19 is a critical component in military operations, and the information collected will assist in planning and determining the capacity of industry sources. Interested parties are encouraged to respond to the market survey by December 15, 2025, at 1300 EST, via email to Brandy Sanford at brandy.l.sanford2.civ@army.mil, noting that this notice does not constitute a solicitation or guarantee of contract award.