The document is a Q&A for RFP #W912CH25R0180, titled "TENSION DEVICE, TRAC NSN 2530-01-345-8887," dated November 14, 2025. It addresses two key questions from potential bidders. The first question clarifies the initial delivery order quantity, which is anticipated to be 179 EA. The second question concerns the inclusion of a First Article Test (FAT) price when requesting a waiver. The government's response directs the bidder to section M.2.2, "FAT WAIVER AND THE PRICE FACTOR," of the solicitation for clarification on this matter. This interaction is typical for government RFPs, where bidders seek to understand specific requirements and terms before submitting proposals.
The document is an RFP (Request for Proposal) identified as W912CH25R0180, issued on November 14, 2025. It pertains to a "TENSION DEVICE, TRAC NSN 2530-01-345-8887." The primary purpose of this document is to solicit proposals for the mentioned item. A key detail provided in the Q&A section clarifies that the anticipated first delivery order quantity for this tension device is 179 EA. This indicates a procurement initiative by a government entity for a specific military or defense-related component.
The document outlines the "First Article - Waiver Worksheet," a standardized form for contractors to request full or partial waivers of First Article Testing (FAT) requirements in government solicitations and contracts. Contractors must provide detailed justifications for waiver requests, including successful completion of previous FATs for identical or similar items, continuous production history, or successful FATs on next higher assemblies. The form requires information on current acquisition, type of request, and supporting documentation. It also asks for disclosure of any quality issues, manufacturing data changes, or prior waiver/deviation requests. The submission must be on company letterhead, signed by an authorized agent, and include contact information, emphasizing the need for transparency and supporting evidence for all claims.
The Army Contracting Command – Detroit Arsenal (ACC-DTA) issued a Sources Sought Notice to gather information about the interest and capabilities of both small and large businesses for the production of tension devices (NSN 2530-01-345-8887) necessary for the M1 Abrams Family of Vehicles. Over five years, the estimated quantity required is 950 units. A Technical Data Package (TDP) is associated with this procurement, accessible only to vendors with a valid DD 2345 certification. The notice highlights requirements for participation, including a questionnaire that collects vendor profiles, manufacturing capabilities, and experience with first article testing. Responses must be submitted by June 24, 2025, with specific instructions on confidentiality and proprietary information. The notice clarifies that participation is voluntary and does not guarantee contract issuance. This process is integral for ACC-DTA to assess the market and plan for potential acquisitions strategically.
The DD FORM 2169, JUN 1997, outlines the Special Packaging Instructions (SPI) for a "TENSION DEVICE, TRACK, VEHICULAR" (Part No. 12344836, National Stock No. 2530-01-345-8887). This document details the specific preservation, unit pack, and packing requirements for the item, adhering to military and ASTM standards. Key aspects include quality assurance provisions for inspection (MIL-STD-2073-1, MIL-STD-1186), wrapping and securing procedures (Notes B, C), and container closure methods (ASTM-D1974). Packing levels are defined: Level A requires wood-cleated panelboard or nailed wood boxes (ASTM-D 6251, ASTM-D 6880), while Level B uses weather-resistant fiberboard or triplewall corrugated fiberboard boxes (ASTM-D 5118, ASTM-D 5168). Palletization is required for shipments exceeding 125 pounds to the same destination (MIL-STD-147). The form also specifies military preservation (MIL-STD-2073-1, Method 42), cleaning, drying, and marking instructions (MIL-STD-129), along with detailed material specifications for wrapping, sleeves, bags, and containers at various packing steps.
Amendment 0001 to Solicitation W912CH-25-R-0180 modifies a federal government Request for Proposal (RFP) for a five-year firm-fixed-price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for TENSION DEVICE, TRAC, NSN: 2530-01-345-8887. The amendment updates language in Sections F (Delivery Schedule), L (Instructions to Offerors), and M (Evaluation Factors for Award). Key changes include revised delivery schedule requirements, the addition of clauses for Progress Payments and Accounting System Administration in Section I, and updated evaluation criteria emphasizing price as significantly more important than the delivery schedule. The solicitation is a total small business set-aside. Offers are evaluated on delivery schedule and price, with the government reserving the right to award without discussions and to reject non-compliant proposals, including those with unbalanced pricing or late delivery schedules.
Amendment 0002 to Solicitation W912CH-25-R-0180 modifies the original solicitation by adding two key clauses. Section I now includes Clause 252.232-7016, "NOTICE OF PROGRESS PAYMENTS OR PERFORMANCE-BASED PAYMENTS," dated April 2020. Additionally, Section L incorporates Clause 52.232-13, "NOTICE OF PROGRESS PAYMENTS," dated April 1984. The amendment extends the offer receipt date, and offers must acknowledge these changes. All other terms and conditions of the original solicitation remain unchanged. The contract type is Firm Fixed Price, and the modification is administered by ACC-DTA, with Haley Bruns as the buyer.
This government solicitation, W912CH-25-R-0180, is for a five-year Indefinite Quantity Indefinite Delivery (IDIQ) contract to supply "TENSION DEVICE, TRAC" (NSN: 2530-01-345-8887, Mfr Part Number: 12344836). It is a total small business set-aside with a Firm Fixed Price contract type. The minimum guaranteed quantity is 72 units, with a maximum of 1188 units. A First Article Test (FAT) is required. The solicitation includes a Technical Data Package (TDP) with export control restrictions, necessitating a current DD 2345 certification for access. Proposals must be submitted electronically via email by December 4, 2025, 3:00 PM local time. Offerors must be registered in SAM under NAICS code 336992. Strict guidelines are provided for packaging, marking, and handling Controlled Unclassified Information (CUI).