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
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 3:59 AM UTC
Description

The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for a Firm-Fixed Price contract for the procurement of Mortar Mounts, designated under 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 to access the technical data package (TDP), which is export-controlled. The selected contractor will be responsible for the production and delivery of the mounts within specified timelines, with proposals due by April 24, 2025. Interested parties should direct inquiries to Contract Specialist Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil for further information.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 7:08 PM UTC
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.
Apr 8, 2025, 7:08 PM UTC
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.
Apr 8, 2025, 7:08 PM UTC
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.
Apr 8, 2025, 7:08 PM UTC
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.
Apr 8, 2025, 7:08 PM UTC
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
Machine Gun Mount
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is soliciting proposals for the procurement of machine gun mounts, specifically identified by NSN 1005-01-535-3053 and P/N DGMT1001. This opportunity is a 100% Total Small Business Set-Aside, requiring interested vendors to submit their proposals via email to the designated Contract Specialist, adhering to military packaging and marking standards. The procurement involves a total quantity of 16 units, with an initial delivery timeline of 360 days post-contract award, and compliance with quality control measures and regulations regarding ozone-depleting substances is mandatory. For further inquiries, interested parties can contact John P. Moses at john.moses@dla.mil or by phone at 586-467-1212.
FORK MOUNT ASSEMBLY; NSN: 2350015747824
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of Fork Mount Assemblies, specifically identified by National Stock Number (NSN) 2350-01-574-7824. This opportunity is set aside for small businesses and involves a Firm Fixed Price contract with an estimated quantity of 22 units, including a 100% buying option, with delivery expected within 365 days after contract award. The Fork Mount Assemblies are critical components for the M1 Abrams Family of Vehicles, emphasizing the importance of compliance with military packaging, inspection, and acceptance standards. Interested parties must contact Contract Specialist Heather Mierendorf at heather.r.mierendorf.civ@army.mil for further details and must ensure they have Joint Certification Program (JCP) certification to access the Technical Data Package required for this solicitation.
53--MOUNT,RESILIENT,WEA
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking a contractor for the procurement of 60 units of a resilient mount, identified by NSN 7H-5342-014185873. This procurement is subject to a Total Small Business Set-Aside, indicating that only small businesses are eligible to compete for this contract, which will be negotiated with a single source due to the specialized nature of the item and the lack of available technical data for alternative sources. The goods are critical components within the weapon system hardware category, and the contract is expected to be awarded following a 45-day notice period, during which interested parties may submit their capabilities to the primary contact, April N. Schlusser, at April.Schlusser@navy.mil.
10--MOUNT,MACHINE GUN
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of machine gun mounts, specifically NSN 1005016488576, under a Combined Synopsis/Solicitation notice. The requirement includes a total of 15 units to be delivered to DLA Distribution by 0319 days after order (ADO) and an additional unit to be delivered by 0120 days ADO. These mounts are critical components for military operations, ensuring the effective deployment of weaponry. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, with inquiries directed to the buyer via the provided email address, DibbsBSM@dla.mil.
M119 TRAVERSE GEAR - UNIVERSAL JOINT
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of M119 Traverse Gear – Universal Joint, specifically under solicitation W519TC25Q2211. This procurement is set aside for small businesses and requires compliance with the NAICS code 333613, focusing on Mechanical Power Transmission Equipment Manufacturing. The goods are critical for military applications, particularly in the operation of artillery systems, and contractors must adhere to strict quality and delivery standards, including the submission of a Certificate of Conformance for each line item. Interested parties must submit their quotes via email by April 21, 2025, at 10 AM CST, and can contact Lynn Baker at lynn.d.baker8.civ@army.mil for further information. Access to specific drawings is required and must be requested, with a one-year warranty stipulated for the awarded contract.
60mm (M27), 81mm (M24 and M28), 120mm (M31) Mortar Tail Fins
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command-New Jersey, is soliciting proposals for the manufacture, testing, packaging, and delivery of Mortar Tail Fins for the 60mm (M27), 81mm (M24 and M28), and 120mm (M31) mortar systems. This procurement aims to support various mortar cartridge programs, including High Explosive, Training, Smoke, and Illumination variants, which are critical for military operations. The contract includes a minimum guarantee of $2,093,689.62 for each awardee, with proposals due by May 12, 2025, at 2:00 PM Eastern Daylight Time. Interested parties should direct inquiries to Michael Kline at michael.j.kline56.civ@army.mil or Aja Barnett at aja.m.barnett2.civ@army.mil for further details.
Solicitation - Maintenance Stand
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of maintenance stands under a total small business set-aside contract. The requirement includes the delivery of 37 units of maintenance stands, with a firm-fixed-price contract structure and an option for an additional quantity of 100%. These maintenance stands, identified by NSN 4910-01-115-6284 and part number 12298097, are critical for military operations, necessitating compliance with military packaging standards and specific inspection and acceptance criteria. Interested contractors must submit their proposals to Contract Specialist Angelo Wilson via email by the specified deadline, ensuring they have the necessary Joint Certification Program (JCP) certification to access the export-controlled Technical Data Package associated with this solicitation.
Solicitation - Support, Barrel NSN: 1005-01-530-8726
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is seeking proposals for the procurement of 108 Support Barrel units, identified by National Stock Number (NSN) 1005-01-530-8726, with an option for an additional 108 units. This solicitation is aimed at acquiring these critical components for small arms and ordnance manufacturing, which play a vital role in enhancing military capabilities. Interested contractors must comply with specific requirements, including obtaining access to an Export Controlled Technical Data Package (TDP) and submitting proposals electronically by the designated deadline. For inquiries, interested parties can contact Ashley Young at ashley.a.young2.civ@army.mil, and they are advised to monitor SAM.gov for any amendments to the solicitation.
1377 - 01-255-1650 MT32/ 1377-01-318-1830 MD98
Buyer not available
The Department of Defense, specifically the NAVSUP Weapon Systems Support Mechanicsburg, is seeking eligible contractors to manufacture items identified by NSN 1377-01-255-1650 and 1377-01-318-1830, with part numbers MT32 and MD98. The procurement involves providing labor, materials, and facilities necessary for the production or repair of cartridge and propellant actuated devices and components, which are critical for military operations. The government intends to solicit and negotiate with one source under FAR 6.302-1 or may opt for full and open competition, and all responsible sources are encouraged to submit capability statements by the closing date of the sources sought notice. Interested parties can contact Connor Fry at connor.b.fry.civ@us.navy.mil for further information.
SPE4A725R0337 - 5342 – MOUNT, RESILIENT, WEAPON SYSTEM / WSIC F
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an indefinite quantity contract (IQC) for the procurement of resilient mounts for weapon systems, specifically identified by NSN 5342-015269009. The contract will cover a base period of five years with an estimated annual quantity of 170 units, requiring a minimum delivery order of 42 and a maximum of 168 units, with a total delivery timeline of 304 days from the contract award. This procurement is crucial for maintaining the operational readiness of military equipment, and the solicitation will be issued as an unrestricted procurement, with evaluations based on price, past performance, and delivery. Interested vendors can access the solicitation on or around April 1, 2025, via the DLA Internet Bid Board System (DIBBS), and should direct inquiries to Thuy Ho at Thuy.Ho@dla.mil or by phone at 804-279-6092.