Thrust Collar Assembly_Solicitation
ID: W912CH-24-R-0188Type: Solicitation
Overview

Buyer

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

NAICS

Other Motor Vehicle Parts Manufacturing (336390)

PSC

BEARINGS, ANTIFRICTION, UNMOUNTED (3110)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of Thrust Collar Assemblies under solicitation W912CH-24-R-0188. This opportunity is set aside for small businesses and involves a Firm Fixed Price contract for an estimated quantity of 113 units, with requirements for First Article Testing to ensure compliance with military specifications. The Thrust Collar Assemblies, identified by National Stock Number 3110-01-644-4265, are critical components used in military applications, necessitating adherence to strict packaging, inspection, and delivery standards. Interested contractors must submit their proposals by April 21, 2025, and can direct inquiries to Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Mar 16, 2025, 5:04 PM UTC
The document outlines guidelines for handling Controlled Unclassified Information (CUI) relevant to federal contracts. It emphasizes the need for access and distribution controls to protect sensitive, non-classified information critical to government functions. CUI includes U.S. Government technical information, which encompasses various data formats like documents, specifications, and software. The document mandates that all individuals handling CUI undergo initial and annual training, sign non-disclosure agreements, and store CUI securely to prevent unauthorized access. It specifies how CUI can be disseminated, stressing that secure communication and encryption are essential for digital transmissions. CUI must not be posted on public platforms without proper authorization. The storage and disposal of CUI are strictly outlined, requiring contractors to follow specific sanitization guidelines to ensure information is irretrievable. Additionally, the document instructs on reporting any loss of CUI to the Government Security Manager promptly. Overall, these guidelines are critical for maintaining the integrity and security of government-related information in the context of federal and state contracting processes.
The U.S. Army Tank-automotive and Armaments Command (TACOM) Operations Security (OPSEC) Plan outlines strategies to safeguard critical information from adversarial threats. Revised in July 2023, the OPSEC Plan is essential for enhancing the security of military operations by identifying and mitigating risks associated with unclassified and classified information. Key objectives include recognizing critical information, analyzing threats, identifying vulnerabilities, assessing risks, and applying protective measures. Responsibilities are outlined for various roles within TACOM, emphasizing that all personnel must receive training in OPSEC and understand their role in preserving essential secrecy. The plan also raises awareness about the potential risks of social media interactions, stressing the need for careful information sharing. Indicators such as lack of OPSEC awareness, improper visitor control, and unprotected communications have been identified as significant risks. Effective communication, strict access controls, and continuous monitoring of OPSEC practices are crucial for maintaining operational security. This initiative demonstrates TACOM’s commitment to prevent unauthorized information access that could jeopardize missions while educating personnel and their families about OPSEC practices. The framework provided serves both operational functionality and compliance with regulatory requirements, ensuring mission effectiveness in an increasingly complex security environment.
Mar 14, 2025, 6:04 PM UTC
The document outlines a solicitation for a Firm Fixed Price contract with the U.S. Army related to the procurement of Thrust Collar Assemblies for heavy tracked howitzer systems. It specifics that the solicitation is a total small business set-aside, emphasizing the need for compliance with various military standards and Technical Data Package (TDP) access regulations. The bidders must submit sealed offers electronically, including optional prompt payment discounts and acknowledgment of amendments received. Important procurement details include inspection and acceptance points, delivery schedules, and quality assurance requirements, specifically a First Article Test (FAT) to ensure compliance with the specified standards. The document emphasizes that all products must adhere to military packing, marking, and preservation standards. The regulations dictate that any technical data distribution is restricted under the Arms Export Control Act, necessitating contractors to have proper certification to access these documents. Overall, the solicitation aims to establish a clear framework for quality and compliance while ensuring proper procurement processes are followed, strategically aligning with the government's operational objectives.
Mar 16, 2025, 5:04 PM UTC
This document outlines the Request for Proposal (RFP) W912CH-24-R-0188, issued by the Army Contracting Command Detroit Arsenal for a Firm Fixed Price (FFP) contract aimed at procuring thrust collar assemblies and associated first article testing. The solicitation emphasizes a total small business set-aside and includes details on submission deadlines, proposal formatting, and evaluation criteria. The primary deliverable consists of 113 units of thrust collar assemblies, along with a First Article Test (FAT) report to ensure compliance with specifications. Detailed requirements for inspections, packaging, marking, and delivery logistics are provided, adhering to military standards. The document also discusses the importance of a Technical Data Package (TDP) for the procurement, which is subject to strict access controls, and mandates the contractor's compliance with the Arms Export Control Act. Key points include guidelines for document submission, the necessity of a meticulous operational security plan, and the handling of Controlled Unclassified Information (CUI). Overall, the RFP illustrates the structured approach of the U.S. government in soliciting bids and ensuring quality and compliance in defense contracting.
Mar 16, 2025, 5:04 PM UTC
This document is an amendment to a solicitation for a government contract, specifically for Contract ID W912CH-24-R-0188, designated to procure supplies related to heavy tracked howitzers. The primary purpose of the amendment is to extend the deadline for offers from March 20, 2025, to April 21, 2025. The document outlines the necessary actions vendors must take to acknowledge this amendment, including submission of acknowledgment or alterations of offers through specified methods. The amendment also confirms that all other terms and conditions of the solicitation remain unchanged. Contact details for the buyer, Angelo Wilson, and reference information about the solicitation and contract are provided to assist interested contractors during the bidding process. This amendment follows proper federal protocol, ensuring transparency and compliance in the procurement process.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
Solicitation, Retaining Ring Assembly, NSN: 1025-01-644-3953
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is soliciting proposals for the procurement of a Retaining Ring Assembly, identified by NSN 1025-01-644-3953, under solicitation number W912CH-24-R-0173. This opportunity is set aside for total small businesses and aims to award a single firm fixed-price contract for an initial quantity of 125 units, with an option for an additional 125 units in the following year, emphasizing the importance of compliance with military standards for preservation, packing, and inspection. The Retaining Ring Assembly is a critical component used in military applications, and contractors must be certified under the United States/Canada Joint Certification Program to access the technical data package, which is export-controlled. Interested parties should contact Kelli Kavanagh at kelli.a.kavanagh2.civ@army.mil for further details, and must ensure they are registered in the System for Award Management (SAM) to submit proposals by the specified deadline.
M119 TRAVERSE GEAR - UNIVERSAL JOINT
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting bids for the procurement of M119 Traverse Gear – Universal Joint, specifically under solicitation number W519TC25Q2211. This opportunity is set aside for small businesses and requires compliance with the NAICS code 333613, focusing on Mechanical Power Transmission Equipment Manufacturing. The goods are critical components used in military applications, and contractors must obtain specific drawings to fulfill the requirements, which necessitates Joint Certification Program (JCP) approval. Interested contractors must submit their quotes via email by April 15, 2025, at 10 AM CST, and include a Certificate of Conformance for each line item, along with pricing and delivery documentation. For further inquiries, Lynn Baker can be contacted at lynn.d.baker8.civ@army.mil.
COLLAR,TRANSPORT AD
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of collar transport assemblies, which are essential spare parts for military applications. This procurement is a sole source requirement, meaning that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating government source approval prior to award. Interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and proposals must remain valid for a minimum of 120 days following submission. For further inquiries, potential bidders can contact Natalie Kilkenny at natalie.a.kilkenny.civ@us.navy.mil or by telephone at 215-697-3951.
COLLAR,TORQUE,LANDI
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation at Ogden, UT, is soliciting quotations for the supply of a collar, specifically the Torque Collar for landing gear, under solicitation number SPRHA1-25-Q-0663. The procurement requires a total quantity of three units, with the stipulation that a first article is necessary for evaluation. This collar is critical for the E-3 aircraft's landing gear system, underscoring its importance in maintaining national defense capabilities. Interested suppliers must submit their quotes by May 7, 2025, and can direct inquiries to Kitty Lam at kitty.lam@us.af.mil or by phone at 385-519-8181.
7 NSNs: Arm and Hib Assy, Hub Cap Wheel, Idler Assy, Support Assy, Plate Retaining Shaft, Arm Assy Pivot Track
Buyer not available
The Defense Logistics Agency (DLA) Land and Maritime is preparing to solicit for a contract involving the procurement of seven National Stock Numbers (NSNs) related to various mechanical assemblies, including arm and hub assemblies, hub cap wheels, and support assemblies. This contract aims to ensure stock replenishment for military depots, with specific delivery timelines ranging from 100 to 290 days, and all items will be procured under fixed price, indefinite quantity terms for a total duration of up to five years. Interested suppliers should note that the solicitation will be available on the DLA Internet Bid Board System (DIBBS) around April 9, 2025, and proposals must be submitted electronically, with contact points for inquiries being Kristina Wolf at Kristina.Wolf@dla.mil and Suzanne Maginn at Suzanne.Maginn@dla.mil.
Solicitation (Amendment 0001) For: Weapon Controller Grip Assembly, NSN 1290-01-429-2389
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is soliciting proposals for a Firm-Fixed-Price contract for the supply of Weapon Controller Grip Assemblies, designated under NSN 1290-01-429-2389. This procurement is a total small business set-aside, requiring vendors to provide 26 units of the specified item, an increase from the previously required 23 units, with delivery schedules adjusted accordingly. These grip assemblies are critical components for the M1 Abrams Family of Vehicles, emphasizing the importance of maintaining military supply chains. Interested parties must submit their proposals electronically by April 30, 2025, and are encouraged to contact Asoma Al Najjar at asoma.a.alnajjar.civ@army.mil for further inquiries.
COUPLING SHAFT ASSEMBLY
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is soliciting quotes for the procurement of four Coupling Shaft Assemblies (Part Number CVFS-30S-3.5-BTS) required for the WLB-225 thruster motors. This opportunity is set aside for small businesses, and only quotes from the original equipment manufacturer, Norfolk Bearings & Supply Co., Inc., or their authorized distributors will be considered, necessitating proof of authorization with each submission. The items are critical for maintaining operational capabilities, and vendors must adhere to strict military packaging and delivery standards, with a required delivery date of September 13, 2025. Interested parties must submit their quotes by April 16, 2025, at 12 PM EST, and can direct inquiries to Gina Baran at gina.m.baran@uscg.mil.
30--WORM SHAFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 136 units of the WORM SHAFT, identified by NSN 3040000103072. This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000, and includes a guaranteed minimum quantity of 20 units, with an estimated six orders per year. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in military logistics and operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online through the DLA's Digital Bid Board System (DIBBS).
Wheel Assembly
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the production of wheel assemblies, specifically identified by NSN 2530-01-668-3509 and part number 12661449, under a total small business set-aside contract. The procurement requires a base quantity of 27 units for use in rough terrain material handling applications, emphasizing compliance with federal regulations and the submission of complete quotes, including any necessary amendments. The wheel assemblies are critical components for military operations, necessitating strict adherence to packaging, handling, and shipping protocols to ensure safety and compliance during transit. Interested vendors should contact Angela Saunders at angela.saunders@dla.mil or call 586-230-1017 for further details and to ensure timely submission of proposals.
COLLAR,STEERING
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of steering collars, classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The solicitation emphasizes the critical nature of this item, which is categorized as a Critical Safety Item (CSI), and includes specific requirements for item unique identification, quality assurance, and delivery timelines, with an expected delivery period of 426 days. This procurement is vital for maintaining the operational readiness and safety of military aircraft, underscoring the importance of timely and reliable supply chains in defense operations. Interested vendors should reach out to Nicholas Poplawski at 215-737-6824 or via email at NICHOLAS.POPLAWSKI@DLA.MIL for further details and to ensure compliance with submission requirements.