Solicitation_Barrel and Front Sight Assembly
ID: W912CH-24-R-0123Type: 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 Department of the Army, is soliciting proposals for a five-year Requirements contract to supply estimated quantities of the Barrel and Front Sight Assembly, classified under NAICS code 332994 for Small Arms and Ordnance Manufacturing. This procurement is set aside for small businesses, adhering to FAR regulations, and follows a Firm Fixed Price model with five ordering periods commencing upon award. The goods are critical for military operations, ensuring the availability of essential components for weapon systems. Interested parties must comply with technical data dissemination laws, including obtaining a valid DD 2345 certification, and submit proposals electronically by the specified deadlines. For further inquiries, contact Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a solicitation related to the procurement of custodial services for the Department of Defense (DoD). The contracting officer, Patricia Pierce, has provided essential details regarding the solicitation, including the contract number, issuing office, and specific requirements for government-furnished property. The document structure includes several fields for item identification, such as item name, description, National Stock Number (NSN), manufacturer CAGE code, and part number. It sets forth acquisition cost, quantity, delivery dates, and requisition details for non-serially managed and serially managed items. Notably, at least one identification field is mandatory for each item, ensuring clarity in requisitioning. The overall purpose of the document is to outline the responsibilities and formats for acquiring property within a structured procurement process, reflecting compliance with federal procurement standards and facilitating efficient contract management to meet the DoD's operational needs.
    The document outlines the Certificate of Technical Data Destruction related to solicitation W912CH-24-R-0123 from the U.S. Government. The certificate confirms that all technical data provided under this solicitation has been completely destroyed, including all copies in various formats (CD, electronic, print, etc.), ensuring that no retained copies exist. Furthermore, it states that Certificates of Technical Data Destruction have been obtained from all subcontractors and vendors who received any part of the data, with these certificates attached to the document. The certificate includes space for an authorized signature, the printed name of the signer, company information, and a list of subcontractors and vendors involved. This document is significant in affirming compliance with data destruction protocols in government contracting and ensures the protection of sensitive information throughout the contracting process.
    The document appears to be a form used for submitting requisitions within the Department of Defense (DOD) under the DOD Single Line Item Requisition System. It is structured as a detailed checklist that requires specific information, including the requisitioner's name, document number, quantity of items requested, stock numbers, and various identification fields. Key areas include fund distribution, project priority, requested delivery date, and status updates. This form facilitates the procurement process by ensuring the submission of necessary details to process requests efficiently and accurately. The structured layout indicates the need for accuracy and legibility, with designated spaces for annotations and routing designations. Its purpose is to streamline the requisition of items essential for DOD operations, reflecting a standardized approach to supply chain management in government procurement. The maintenance of organization and compliance within government requisitions underscores the importance of this system in facilitating operational readiness and resource allocation.
    This Non-Disclosure Agreement (NDA) governs the handling of proprietary technical data and confidential information related to Colt's Manufacturing Company in relation to a U.S. Government solicitation for parts of the M16 Family of Weapons. The agreement mandates that the recipient, an authorized organization, can only use the data for responding to the stated solicitation or performing resultant contracts. Key provisions include the requirement for recipients to sign the NDA before receiving data, the prohibition against sharing the data without Colt's prior written consent, and the obligation to adopt security measures to protect the information. Furthermore, recipients must destroy all data once the purpose is fulfilled and certify this destruction to the government. The NDA also emphasizes that it grants no commercial rights over the data, and it outlines exceptions regarding information that may not be deemed confidential. Lastly, it affirms that Colt's has the right to enforce the NDA against the recipient as a third-party beneficiary. The agreement is valid as long as the data remains unpublished or until an expiration date specified by Colt’s.
    This document outlines the requirements for submitting a waiver request concerning the First Article Test (FAT) for government contracts. It mandates that the request be made on company letterhead and include justification for either a full or partial waiver of testing requirements as specified in the Technical Data Package (TDP) or contract. Key sections detail the rationale for waivers, such as successful previous tests on the same or similar items, ongoing production of the material, or changes in manufacturing data. The document emphasizes the necessity for supporting documentation to substantiate claims. Additionally, it prompts the submitter to disclose any quality issues encountered with the product or material changes that may affect testing. The submission must be certified by an authorized company representative. Overall, the file serves to streamline the process of obtaining waivers for testing, aiming to ensure efficient and effective contract execution while maintaining quality standards.
    The Small Arms/Light Weapons Serialization Program (SA/LWSP) outlines requirements for contractors involved in the production and repair of small arms/light weapons for the U.S. Government. Key mandates include tracking weapon serial numbers and submitting transaction data to the DoD Central Registry, adhering to protocols established by AR 710-3 and DoD 4000.25-2-M. Contractors must use a designated Weapon Serial Number (WSN) transaction format and submit reports electronically to the Logistics Support Activity (LOGSA) concurrent with weapon shipment. Various transaction types are specified for production, foreign military sales, and repairs/upgrades, ensuring accurate reporting and documentation. The document details the structure of required data entries, emphasizing the importance of compliance with serialization procedures to maintain accountability and traceability of military assets. This program is crucial for inventory management and effective oversight of defense materials within the U.S. armed forces, enhancing overall operational integrity.
    The document outlines procedures for exporting data related to government transactions, specifically for the Logistics Support Activity (LOGSA). It details the required format for data transfer from Excel to a fixed-width text file, including necessary codes, identifiers, and export steps. Key components include transaction codes, item numbers, document numbers, and various organization identifiers (DODAACs). The document emphasizes maintaining specific character lengths and formatting during the export process to ensure compliance with LOGSA requirements. Users are instructed to select appropriate data ranges and use provided tools to generate a text file without altering formatting in Excel, highlighting verification steps using Notepad prior to submission. This guidance aims to streamline data reporting and maintain data integrity within federal and state logistics operations related to RFPs and contract management.
    The solicitation proposes a single five-year Requirements contract for supplying estimated quantities of the Barrel and Front Sight Assembly, classified under NAICS code 332994 for Small Arms and Ordnance Manufacturing. The contract follows a Firm Fixed Price model with five ordering periods, commencing upon award and lasting up to five years. It's specifically set aside for Small Businesses in accordance with FAR regulations. The contractor must comply with technical data dissemination laws, requiring a valid DD 2345 certification for access to restricted Technical Data Packages (TDPs). Submission of proposals should be conducted electronically, with deadlines clearly outlined. The document emphasizes the importance of thorough inspections, acceptance criteria, and the completion of first article tests to confirm compliance with contract specifications. Additionally, it mandates adherence to packaging, marking, and hazardous material regulations, ensuring safe transport and delivery. The solicitation highlights that all offers must include proposals for the total quantity required, as partial bids will be deemed non-responsive. Overall, this solicitation serves to streamline processes related to the procurement of military equipment while ensuring compliance with federal regulations and promoting fair competition among small businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    10--ARMING UNIT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of small arms and ordnance accessories under the solicitation titled "10--ARMING UNIT." This opportunity is set aside for small businesses and aims to fulfill specific requirements related to the manufacturing of weapons, as indicated by the NAICS code 332994. The goods procured are critical for military operations, ensuring that armed forces are equipped with reliable and effective weaponry. 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 solicitation portal.
    10--SEAR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of small arms, ordnance, and ordnance accessories under the solicitation titled "10--SEAR." This opportunity is set aside for small businesses and aims to fulfill specific requirements related to the manufacturing of weapons, which are critical for military operations and national defense. Interested vendors are encouraged to reach out with questions via email to the designated buyer at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal. The procurement process emphasizes the importance of small business participation in defense contracting, aligning with federal initiatives to support this sector.
    Stock, Gun, Shoulder
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for a Firm-Fixed Price, five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the procurement of stock gun shoulder components. This opportunity is a 100% Small Business Set-Aside, aimed at fostering participation from small businesses in the defense supply sector, with a minimum guaranteed quantity of 126 units and a maximum of 10,128 units over the contract term. The procurement is critical for maintaining a reliable supply chain of military-grade components, adhering to strict delivery schedules and compliance with military standards. Interested parties must submit their proposals electronically by the extended deadline of February 25, 2025, and can contact Loren Faist at loren.m.faist.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil for further information.
    Sight Grenade Launcher
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is seeking proposals for the procurement of the MK19 Sight Grenade Launcher under Solicitation W912CH-24-R-0161. This opportunity is set aside exclusively for small businesses and involves a firm-fixed-price contract for an estimated quantity of 1,792 units, with specific requirements for inspection, acceptance, and delivery timelines post-award. The procurement is critical for military operations, emphasizing the importance of maintaining high standards in defense equipment while promoting small business participation. Interested vendors must ensure they are registered in the DoD’s System for Award Management (SAM) and comply with export control regulations, with proposals due by March 4, 2025. For further inquiries, potential bidders can contact Richard Hall at richard.g.hall64.civ@army.mil or Steven Klemmer at steven.m.klemmer.civ@army.mil.
    Receiver Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking proposals for the procurement of Receiver Assemblies, specifically identified by NSN 1005-01-172-7725 and P/N 6535480. The contract will require the delivery of 477 units, with an additional 477 units as an option, and will adhere to military packaging standards with special instructions. These Receiver Assemblies are critical components in the small arms and ordnance manufacturing sector, emphasizing the importance of precision and reliability in defense applications. Interested small businesses must prepare to submit their proposals by the estimated solicitation closing date of March 7, 2025, and can reach out to John P. Moses at john.moses@dla.mil or by phone at 586-467-1212 for further information.
    10--COVER,BALL ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of a Cover, Ball Assembly, under a total small business set-aside. This solicitation aims to acquire components critical for military applications, specifically within the small arms and ordnance manufacturing sector, classified under NAICS code 332994 and PSC code 10. Interested vendors are encouraged to direct any inquiries regarding the solicitation to the buyer listed in the solicitation document, with further details accessible via the DLA's DIBBS portal. The procurement process emphasizes small business participation, aligning with federal initiatives to support small enterprises in defense contracting.
    10--PARTS KIT,GUN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for a parts kit related to firearms, specifically categorized under the NAICS code 332994 for Small Arms, Ordnance, and Ordnance Accessories Manufacturing. This procurement aims to secure essential components that are critical for maintaining and supporting military weapon systems. The solicitation is part of a Combined Synopsis/Solicitation notice, and interested vendors can direct their inquiries to the buyer via the provided email address, DibbsBSM@dla.mil. Further details and the solicitation document can be accessed through the DLA's DIBBS website, with no specific funding amount or deadline mentioned in the overview.
    Mount, Machine Gun
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the procurement of up to 2,293 units of the Mount, Machine Gun, under solicitation W912CH-24-0053. This opportunity is a firm-fixed price, five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, exclusively set aside for small businesses, with a minimum acquisition of 48 items. The goods are critical for military operations, reflecting the importance of reliable small arms and ordnance accessories in defense capabilities. Interested vendors must ensure registration in the DoD’s System for Award Management (SAM) and comply with export control regulations, including certification in the Joint Certification Program (JCP) for access to technical data. Proposals must be submitted electronically, and inquiries can be directed to Loren Faist at loren.m.faist.civ@army.mil or by phone at 571-588-9089.
    10--PARTS KIT,GUN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking suppliers for a parts kit related to firearms, specifically categorized under the NAICS code 332994 for Small Arms, Ordnance, and Ordnance Accessories Manufacturing. This procurement aims to secure essential components that are critical for the maintenance and operation of military weaponry, ensuring readiness and operational efficiency. Interested vendors should direct any inquiries regarding this solicitation to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, with all communications to be sent to DibbsBSM@dla.mil. Further details, including deadlines and specific requirements, can be found in the solicitation documentation.
    10--RETAINER,CAM
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of retainers for small arms and ordnance accessories, as outlined in the Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5), emphasizing the importance of supporting small enterprises in defense contracting. The goods are critical for military operations, ensuring the availability of essential components for weapon systems. Interested vendors can direct their inquiries to the buyer via email at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website by searching the solicitation number.