MJU-76B Molded Nose, Flare
ID: W519TC-25-Q-NOSEType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

IRON AND STEEL PRIMARY AND SEMIFINISHED PRODUCTS (9640)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking interested offerors to provide 205,900 units of the MJU-76B Molded Nose, Flare, in accordance with the specifications outlined in DWG DEV22078. The procurement requires that the molded noses be manufactured from tungsten alloy, adhering to ASTM B777 standards, with specific material compositions and weight requirements, emphasizing the need for high-precision components for defense applications. Interested parties must submit a technical summary and complete the RFI Questionnaire by 1:00 PM CST on October 31, 2024, and must be registered in the System for Award Management (SAM) at the time of response. For further inquiries, contact Dustin Sexton at Dustin.p.Sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for the procurement of 10 units for the initial purchase and 205,900 units for production of molded noses with specific design and material specifications. The items must be manufactured from tungsten alloy in compliance with ASTM B777 standards, predominantly containing 90% tungsten, along with specified percentages of nickel and copper/iron. The weight of each unit is noted to be approximately 50 grams, with limitations on edge sharpness and flash measurements. The delivery location is designated as Crane Army Ammunition Activity in Indiana, and the document is officially signed by the production controller, Michael Callison, underlining its formal nature as part of federal procurement processes. This request illustrates the government's focus on obtaining high-precision components tailored for defense applications, adhering to strict quality and safety standards in their production requirements.
    The document serves as a Request for Information (RFI) response for the MU-76/B Nose Flare project, outlining requirements and expectations for potential contractors. It includes a series of questions assessing the contractor’s agreement to fulfill specified conditions, such as sending timely email correspondence, providing a sample First Article Test (FAT), and submitting necessary material documentation. Key stipulations also require compliance with delivery preparations and inspection standards, as dictated by governing regulations. Additionally, the contractor must display their ability to implement sensible resource mitigation actions. The response categorizes the business size and identifies if the contractor fits within disadvantaged classifications such as 8(a). Overall, the document emphasizes the importance of contractor accountability and adherence to established compliance measures for successful project execution within government contracting frameworks.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Infrared (IR) Counter Measure (CM) Flare Family of M206 and MJU-7A/B
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is conducting a Sources Sought announcement to identify potential sources for the manufacturing and delivery of the Infrared (IR) Counter Measure (CM) Flare Family, including the M206 and MJU-7A/B models. The procurement aims to secure flares that protect various aircraft from infrared heat-seeking missiles, which are critical for maintaining mission capability and crew safety. The estimated annual production quantities are 40,000 units for the M206 and 80,000 units for the MJU-7A/B, with deliveries anticipated from FY26 to FY31. Interested companies must respond with their capabilities and relevant information by the specified deadline, and inquiries can be directed to Benjamin Riessen at benjamin.c.riessen.civ@army.mil.
    M211 Infrared Countermeasure Decoy, and the MJU-50A/B and MJU-51A/B Infrared Countermeasure Decoys
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey, is conducting a sources sought notice to identify potential sources for the production and delivery of M211 Infrared Countermeasure Decoys, as well as MJU-50A/B and MJU-51A/B Infrared Countermeasure Decoys. The procurement aims to support U.S. Army and Air Force aviation platforms in protecting against infrared homing missiles, thereby enhancing operational readiness and fulfilling military requirements. Interested contractors must demonstrate their capabilities in manufacturing and handling sensitive technical data, as the project involves compliance with strict export control laws and security classifications. Responses are due within 15 calendar days from the publication date, and interested parties should contact Contract Specialists Kristin Firozvi and Steven Ghazi via email for further details and submission of required documentation.
    Request for Information: SUU-72 Pylon Upper Panel Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Nuclear Weapons Center (AFNWC), is seeking industry input for the procurement and replacement of the SUU-72 Pylon Upper Panels due to corrosion damage from long-term environmental exposure. The initiative aims to identify a new aluminum alloy for the Upper Panels, manufacture replacements, and ensure they meet a minimum service life of 30 years, with the first phase involving the induction of nine refurbished pylons by Q4 of Fiscal Year 2029. This project is critical for maintaining and enhancing national defense assets, as the refurbished pylons will support the operational capabilities of U.S. Air Force weapons systems. Interested vendors must submit their capabilities and responses to inquiries by 4:00 P.M. CST on September 26, 2024, and can contact Alyssa Hurst or Randy Hoffman for further information.
    1355 - 01-273-1239 T181, Nose Cap (Fixed Wing) and 1355-01-273-1240 T182, Nose Cap (Rotary Wing)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support Mechanical office, is seeking offers for the procurement of Nose Caps for both Fixed Wing (NSN: 1355-01-273-1239 T181) and Rotary Wing (NSN: 1355-01-273-1240 T182) applications. The contract requires a total quantity of 400 units for the T181 and 449 units for the T182, with specific testing and delivery requirements including First Article Testing (FAT), Lot Acceptance Testing (LAT), and Contractor Data Requirements Lists (CDRLs), all to be delivered FOB Origin and Destination. These components are critical for military operations, ensuring the reliability and effectiveness of torpedoes and related systems. Interested vendors should note that the solicitation will be available no earlier than the response date for this presolicitation notice, and they may contact McKenzy Harris at 717-605-1368 or via email at mckenzy.harris@navy.mil for further information.
    13 - MD99 Divergence Rocket Motor
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of the MD99 Divergence Rocket Motor. This procurement is restricted to Rockwell Collins and Nammo Defense, and it involves items classified as explosives, necessitating a Safety Survey and adherence to specific explosive weight and class requirements. The opportunity is critical for defense operations, as it pertains to the manufacturing of cartridge and propellant actuated devices and components. Interested parties can reach out to Ashley Leonard via email at ashley.leonard@navy.mil or by facsimile at 717-605-2807 for further details, noting that a limited drawing package is available but not on CD, and paper copies will not be provided.
    DISC ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking bids for the procurement of 361 units of a Disc Assembly (NSN: 1015-01-119-4005, P/N: 12283433), with an option for an additional 361 units, as part of a total small business set aside. The procurement requires military-level preservation and packaging type B, and notably, does not mandate a First Article Test (FAT). This solicitation is crucial for maintaining military readiness and ensuring the availability of essential components. Proposals are due 30 days after the solicitation is issued on October 16, 2024, and interested parties can contact Muhammad Kah at Muhammad.kah@dla.mil or by phone at 586-467-1203 for further information.
    MX-11679 Image Intensifier, White Phosphorous Image Intensifier Tube
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is soliciting proposals for the procurement of the MX-11679 White Phosphorous Image Intensifier Tube (I2 Tube), a critical component for the AN/PVS-14 Monocular Night Vision Device. This Request for Proposal (RFP) will result in a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a duration of five base years, aimed at ensuring a reliable supply of this essential hardware. The White Phosphorous I2 Tube enhances visibility by intensifying ambient light, making it vital for military operations. Interested vendors must submit their proposals electronically by November 21, 2024, and can contact Matthew Crouch at matthew.crouch@dla.mil or 443-417-6972 for further information.
    Algoflon G-10 Resin
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking to procure 10,700 lbs. of Algoflon G-10 Resin to support the MJU-57 A/B and MJU-61 A/B Programs. The resin will be produced in accordance with Department of the Navy source control drawing. The contract will be awarded to Sovay Solexis, Inc. in accordance with FAR 13.106-1(b). This notice is for notification purposes only and no other offers are solicited. The resin is used for various applications in the military.
    FUZE Engineering Investigation for F-35 Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to conduct an Engineering Investigation (EI) for the testing of FMU-139D/B fuzes, which are critical components for the F-35 aircraft. The objective of this procurement is to generate a post-test report documenting the testing of 20 fuzes owned by Northrop Grumman Corporation, the sole designer and manufacturer of these fuzes, to obtain approval for their use across all F-35 variant platforms. This opportunity is significant as it ensures the continued operational capability and safety of the F-35 fleet. Interested parties may express their interest and capability by contacting Elizabeth Scott or Jennifer Vance via email, although this notice is not a request for competitive proposals and does not guarantee a contract award.
    Request for Information: SUU-72 Pylon Upper Panel Replacement Including Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Nuclear Weapons Center, is seeking industry input via a Request for Information (RFI) for the refurbishment of Suspension Underwing Units (SUU-72) and Pylon Load Adaptors (PLAs) to support the Long Range Standoff (LRSO) Cruise Missile on the B-52 weapon system. The project entails a comprehensive solution that includes receiving the Pylons and PLAs from storage, corrosion mitigation, manufacturing and replacing the SUU-72 Pylon upper panels, and refurbishing the PLAs to a flightworthy condition, with all refurbished hardware expected to have a minimum 30-year service life. This initiative is crucial for maintaining and upgrading the operational capabilities of the Air Force, with the first nine refurbished units required by December 2028 and additional quantities of at least nine per year thereafter, totaling 43 units. Interested parties must submit their capabilities statements by October 30, 2024, and may direct inquiries to Alyssa Hurst at alyssa.hurst@us.af.mil or Randy Hoffman at randy.hoffman.3@us.af.mil.