Solicitation, Lead Assembly, Electrical, NSN: 5995-01-285-4560
ID: W912CH-24-Q-0113_SolicitationType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

Current-Carrying Wiring Device Manufacturing (335931)

PSC

CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT (5995)

Set Aside

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

    The Department of Defense, specifically the Army, is soliciting proposals for the procurement of 17 units of Lead Assembly, Electrical, under solicitation number W912CH-24-Q-0113. This opportunity is a Firm Fixed Price contract set aside exclusively for small businesses, emphasizing the importance of these components for the M109 Howitzer weapon system. Interested vendors must be certified under the United States/Canada Joint Certification Program to access the controlled Technical Data Package (TDP) associated with this solicitation. The offer due date has been extended to September 30, 2025, and inquiries should be directed to Rachel Gervais at rachel.r.gervais.civ@army.mil or by phone at 520-692-8435.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document outlines a First Article Waiver Worksheet, designed for contractors to request full or partial waivers from First Article Testing (FAT) requirements in federal acquisitions. The form, intended for submission on company letterhead and signed by an authorized agent, details the necessary information for such requests. Contractors must provide current acquisition details and specify the type of waiver (partial or full) along with relevant Technical Data Package references. Justifications for waiver requests include successful FAT completion on recent contracts for identical or similar items, continuous material production, or successful FAT on a next higher assembly. The document also requires disclosure of any quality issues, manufacturing data changes, or previous waiver/deviation requests. Supporting documentation is mandatory for all justifications. This worksheet ensures a structured approach for evaluating and potentially granting FAT waivers, streamlining procurement processes while maintaining quality standards.
    This document outlines the First Article Waiver Worksheet, an essential form required in federal procurement processes for submitting requests related to First Article Testing (FAT) waivers. The worksheet includes key sections such as current acquisition information, types of waiver requests (partial or full), and justification for waivers based on prior testing successes or continuous production of materials. Contractors must provide detailed justifications and attach supporting documentation to substantiate their requests. The form specifies that the waiver request must include a comprehensive discussion of any quality issues or changes in manufacturing data, ensuring issues are addressed and risks mitigated. Additionally, it emphasizes the requirement of signing the document by a company representative, certifying the accuracy of the information provided. Overall, the worksheet serves as a formal mechanism for contractors to request exemptions from FAT requirements, promoting efficiency while ensuring compliance with acquisition regulations.
    This document is an amendment to a government solicitation and contract modification (Contract ID W912CH-24-Q-0113, Amendment No. 0001). The primary purpose of this amendment is to extend the due date for offers from May 8, 2025, to June 18, 2025. It is issued by Rachael R. Gervais of the Detroit Arsenal, MI, as part of a Firm Fixed Price contract concerning the supply of heavy tracked howitzers (Weapon System M109). The amendment also emphasizes that all other contract terms and conditions remain unchanged and in full effect. Additionally, specific instructions for offer acknowledgment and modifications are provided. This amendment reflects standard practices in government procurement for ensuring transparent communication with contractors and adherence to procedures outlined in the Federal Acquisition Regulation (FAR).
    Amendment 0002 to Solicitation W912CH-24-Q-0113, issued by ACC-DTA, modifies the description and specifications for CLIN 0001AA, 'LEAD ASSEMBLY,ELECT.' The revision for this item, NSN 5995-01-285-4560, has been updated from 'G' (dated May 16, 2024) to 'A' (dated July 01, 2001). This solicitation is for a Firm Fixed Price supply contract for 17 units of the Lead Assembly. All other terms and conditions of the original solicitation remain unchanged. The amendment also includes administrative details such as the buyer's contact information and contract type, ensuring that the necessary updates are formally documented for the procurement process related to the Howitzer weapon system.
    Amendment 0003 to Solicitation W912CH-24-Q-0113, issued by ACC-DTA, extends the offer due date from June 18, 2025, to September 30, 2025, at 5:00 PM. This solicitation is for a Firm Fixed Price supply contract related to the M109 Howitzer weapon system. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
    This Request for Quotation (RFQ) outlines the procurement process for a firm-fixed price contract targeting the acquisition of electronic lead assemblies specific to the military's heavy tracked howitzer systems. The RFQ specifies that only small businesses may apply and emphasizes the confidentiality of the Technical Data Package (TDP) associated with this procurement, which is restricted to the Department of Defense and its contractors. Key components include a deadline for quotations, specific delivery requirements, and certifications necessary for accessing controlled technical data. The contractor must comply with inspection requirements, packaging, and marking standards in line with military guidelines. Offers must be complete and adhere to a mandatory all-or-nothing proposal structure, ensuring that only complete quantities are accepted. Regarding security, contractors must handle controlled unclassified information (CUI) according to specified protocols, attend designated training sessions for operational security, and maintain records of completion. The RFQ includes strict criteria for delivery timelines, inspection points, and requires the use of unique item identifiers for tracking. Overall, this document outlines the detailed framework governing the submission of proposals and the necessary compliance protocols required for participation in this government contracting opportunity.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    SELECTOR CONTROL SUBASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the Selector Control Subassembly, which is integral to the ventilation and filtration systems of the Howitzer family of vehicles. This procurement involves a Firm Fixed Price supply contract for a total of 225 units over five years, with a guaranteed minimum of 3 units in the first year, and requires compliance with specific technical data packages controlled by HDT Expeditionary Systems. Interested contractors must submit their proposals by December 15, 2025, and are encouraged to contact David Edwards at david.edwards@dla.mil for further details regarding the solicitation and submission process.
    PARTS KIT ELECTRICAL 6115-01-563-7966
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a Firm Fixed Price contract for the "PARTS KIT ELECTRICAL" (NSN: 6115-01-563-7966, Part Number: 12423864-001), with a focus on small business participation. This procurement involves an estimated quantity of 393 units, with a 100% buying option, and requires compliance with specific standards including First Article Testing, ISO 9001:2015 certification, and adherence to military packaging and marking requirements. The Technical Data Package (TDP) is export-controlled and requires Joint Certification Program (JCP) certification for access. Proposals must be submitted electronically by December 18, 2025, at 4:00 PM EST, and all inquiries should be directed to Contract Specialist Robin Walker at robin.a.walker6.civ@army.mil.
    61--LEAD ASSEMBLY,ELECT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of Lead Assembly, Electric (NSN 6150013141304). The contract will involve the delivery of six units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with an estimated four orders per year. This procurement is crucial for ensuring the availability of electric wire and power distribution equipment, which plays a vital role in military operations. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    61--LEAD ASSEMBLY,ELECT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 71 units of the Lead Assembly, Electric (NSN 6150014227583). This solicitation is part of a total small business set-aside and aims to fulfill the requirements for electric wire and power distribution equipment, which are critical for various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and the deadline for delivery to DLA Distribution Red River is set for 242 days after award. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    16--NRP,ASSEMBLY - LEAD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of five units of the assembly lead, identified by NSN 7R-1680-016099094-P8 and reference number 381900-1001. This acquisition is a total small business set-aside, emphasizing the importance of sourcing from small business concerns, and the item is classified under miscellaneous aircraft accessories and components. The selected vendor must meet specific qualification requirements due to the flight-critical nature of the item, and proposals must include necessary documentation for source approval. Interested parties should contact Alexis T. Hoepfl at (215) 697-5072 or via email at ALEXIS.T.HOEPFL.CIV@US.NAVY.MIL for further details and to express their interest within 15 days of this notice.
    Life Cycle Sustainment (LCS) for the M777A2 Medium Towed Howitzer REDACTED D&F
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Life Cycle Sustainment (LCS) of the M777A2 Medium Towed Howitzer. This procurement aims to ensure the operational readiness and longevity of the howitzer, which is a critical asset in the U.S. Army's artillery capabilities. The opportunity is categorized under miscellaneous weapons, reflecting the importance of maintaining and supporting advanced military equipment. Interested parties can reach out to Michael J. Gomez at michael.j.gomez50.civ@mail.mil or Kristina Catalano at kristina.l.catalano.civ@army.mil for further details regarding the contract specifics and requirements.
    Solicitation - Holder, Ammunition NSN: 1398-01-330-9529
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a Firm Fixed Price Contract to supply "Holder, Ammunition" (NSN: 1398-01-330-9529) for the M1 Abrams Family of Vehicles. This procurement is set aside for small businesses and includes a production quantity of three units, with an option for an additional three units, requiring delivery within 150 days after contract award. The solicitation emphasizes strict adherence to military packaging and marking standards, as well as compliance with quality assurance protocols and training requirements for handling Controlled Unclassified Information (CUI). Interested parties must submit their proposals via email to Haley Bruns by December 15, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.
    CABLE ASSEMBLY, POWER - NSN: 6150-01-609-1046 - P/N: 13646781
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for a firm-fixed-price supply contract for the CABLE ASSEMBLY, POWER (P/N: 13646781), specifically intended for the M-D6/Patriot Weapon System. This procurement requires the delivery of eight units for Production Lot Testing (PLT) within 300 days, adhering to strict compliance with MIL-STD-129 markings and ISPM-15 for wood packaging materials, along with mandatory Government Production Lot Testing within 60 days of receipt. The contract is set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and emphasizes the importance of quality, packaging, and marking standards in supporting critical defense operations. Proposals are due by December 15, 2025, at 3:00 PM Central Standard Time, and interested parties should contact Delora Crutcher at delora.crutcher@dla.mil or Michael Romine at michael.1.romine@dla.mil for further information.
    59--LEAD ASSEMBLY,ELECTRIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of electric lead assemblies, specifically NSN 5995008214778. The contract will involve an Indefinite Delivery Contract (IDC) with an estimated quantity of 5 units to be delivered within 92 days after order placement, with a total contract value not exceeding $350,000 over its one-year term. These components are critical for various electrical and electronic equipment applications, and the selected vendor will be responsible for shipping to multiple DLA depots both within the continental United States and overseas. Interested parties should submit their quotes electronically and direct any inquiries to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.