Combined Synopsis / Solicitation W912CH-24-R-0214 for One-Sided Expandable Shelter for the Armament Repair Shop Set (ARSS) and Metal Working and Machining Shop Set (MWMSS)
ID: W912CH24R0214Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Metal Container Manufacturing (332439)

PSC

MACHINE SHOP SETS, KITS, AND OUTFITS (3470)

Set Aside

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

    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is issuing a Combined Synopsis/Solicitation for the procurement of One-Sided Expandable Shelters for the Armament Repair Shop Set (ARSS) and Metal Working and Machining Shop Set (MWMSS). This contract is a Firm Fixed Price (FFP) Small Business Set Aside (SBSA) Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total duration of ten years, including five ordering years and five one-year option years, requiring a minimum of one and a maximum of nine hundred and forty shelters. These shelters are critical for supporting military operations and maintenance activities, with the first delivery expected 180 days after the award of the first delivery order. Interested vendors must register in the Procurement Integrated Enterprise Environment (PIEE) and submit proposals via the PIEE Solicitation Module, with further details available through the provided training resources. For inquiries, contact Sean Cotten at sean.m.cotten.civ@army.mil or Lynn M. Byrne at lynn.m.byrne.civ@army.mil.

    Files
    No associated files provided.
    Similar Opportunities
    Synopsis W912CH-25-R-0176 - Collapsible Fabric Tanks (3k, 20k, 50k, 210k US gallon)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is preparing to solicit a 5-Year Firm Fixed Price Contract for the procurement of Collapsible Fabric Tanks in various sizes (3k, 20k, 50k, and 210k US gallons). These tanks are essential for military operations, adhering to the Military Performance Specification MIL-PRF-32233D, and will be procured under solicitation number W912CH-25-R-0176. Interested vendors must be registered in the System for Award Management (SAM) and are advised to monitor the solicitation's electronic posting for updates and amendments, as the solicitation is expected to be released in approximately fifteen days. For further inquiries, potential bidders can contact Lyndsey Pena at lyndsey.m.pena.civ@army.mil.
    Big Top Shelters by Big Top Manufacturing LLC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Big Top Shelters Manufacturing LLC for the procurement of prefabricated metal building components. This contract is being pursued under FAR 6.302-1, indicating that the goods are available from only one source, which highlights the specialized nature of the products required. The prefabricated metal buildings are crucial for various military applications, providing essential shelter solutions in diverse environments. Interested parties can direct inquiries to Morgan L. McDaniel at morgan.l.mcdaniel6.civ@us.navy.mil for further details regarding this opportunity.
    Anchoring Device Solicitation / Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure anchoring devices (NSN: 1670-00-999-3544) under a total small business set-aside. This five-year contract will be awarded as a Firm Fixed Price (FFP) single-award contract, which includes provisions for a First Article Test Report (FATR) and multiple ordering years. The anchoring devices are critical for military applications, ensuring secure cargo handling and delivery systems. Interested vendors must submit their proposals by December 22, 2025, at 5:00 PM EST, and direct inquiries to Contract Specialist Matthew Kainz at matthew.j.kainz.civ@army.mil, with a cc to Carrie English at carrie.l.english.civ@army.mil.
    Specialized Shipping & Storage Containers
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Detroit Arsenal, is planning to award a sole source contract for specialized shipping and storage containers from Hardigg Industries, LLC. The procurement involves an estimated quantity of 198 shipping and storage containers, identified by NSN 8145-01-535-5579 and part number 16776-101, which are essential for the secure transport and storage of military equipment. The solicitation is expected to be released in four to six weeks, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, David Joley, the Contract Specialist, can be contacted at david.s.joley.civ@army.mil or by phone at 571-588-9341.
    NAVAIR Mobile Facilities Procurement
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division at Joint Base MDL, NJ, is seeking proposals for the procurement of Mobile Facilities (MF) under presolicitation notice N68335-26-R-0354. The contract will involve the production and delivery of mobile habitable shelters, specifically designed to support Marine Corps avionics testing in austere environments, with dimensions of eight feet wide by 20 feet long by eight feet high. The government plans to acquire six types of MFs and conduct First Article Testing based on government drawing 1339AS, utilizing a best value approach for evaluation based on technical capabilities, past performance, and pricing. Interested vendors must submit proposals electronically via the Procurement Integrated Enterprise Environment and ensure registration in the System for Award Management (SAM) database prior to award consideration. For further inquiries, contact Daniel Webster at Daniel.g.webster2.civ@us.navy.mil or Kieran Connolly at kieran.m.connolly2.civ@us.navy.mil.
    83--FLY,TENT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of fly tents, specifically NSN 8340001026370, under a total small business set-aside. The solicitation includes five lines, each requiring a quantity of 90 units to be delivered to the DLA Distribution San Joaquin within 166 days after order (ADO). These tents are essential for military operations, providing shelter and protection in various environments. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Synopsis: TANK ASSEMBLY,FABRI, NSN: 5430-01-547-6348
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is preparing to solicit a Firm Fixed Price Contract for the procurement of TANK ASSEMBLY, FABRI, under solicitation number W912CH-26-B-0002. This procurement involves a total quantity of 41 units, with a 100% option available, and is governed by the Military Performance Specification MIL-PRF-32233D. The TANK ASSEMBLY is crucial for military operations, ensuring the effective storage and management of essential materials. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the solicitation's posting, anticipated within fifteen days, for any amendments. For further inquiries, potential bidders can contact Lyndsey Pena at lyndsey.m.pena.civ@army.mil.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    Shipping and Storage
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a total small business set-aside contract for shipping and storage containers, specifically NSN 8145-01-251-1903, with a part number of 123444459. The procurement requires a firm fixed price for an initial production quantity of five units, along with a first article quantity of one unit, and includes an option for an additional five units. These containers are critical for specialized shipping and storage needs within military operations, ensuring the secure transport and storage of essential materials. Interested vendors must comply with various quality standards and documentation requirements, and should direct inquiries to Noelle Riggs at noelle.riggs@dla.mil or Janeca Dent at JANECA.DENT@DLA.MIL, with proposals due as specified in the solicitation.
    Solicitation for Gunner Shield Kit; NSN: 2510-01-498-4996
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the Gunner Shield Kit (NSN: 2510-01-498-4996) under a five-year Firm Fixed Price contract. The procurement aims to acquire up to 1,200 units of the Gunner Shield Kit, which is critical for military vehicle operations, ensuring enhanced protection and functionality. Interested vendors must comply with specific requirements, including First Article Testing, military packaging standards, and ISO 9001:2015 certification, while also obtaining access to export-controlled technical data through the Joint Certification Program (JCP). Proposals are due to the primary contact, Nikhil Patel, via email by the specified deadline, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) method.