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 Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of Thrust Collar Assemblies under Contract ID W912CH-24-R-0188. This opportunity is set aside for small businesses and requires the delivery of 113 units of thrust collar assemblies, along with a First Article Test (FAT) report to ensure compliance with military specifications. The solicitation emphasizes the importance of adhering to military packaging standards and includes strict access controls for the Technical Data Package (TDP), which is export-controlled and requires Joint Certification Program (JCP) certification for access. Interested contractors must submit their proposals by April 25, 2025, and direct any inquiries to Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 18, 2025, 10:05 AM 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.
Apr 18, 2025, 10:05 AM 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.
Apr 18, 2025, 10:05 AM 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.
Apr 18, 2025, 10:05 AM UTC
The document presents an amendment to a solicitation, specifically amendment number 0002 for Contract ID W912CH-24-R-0188, managed by Angelo Wilson from the U.S. Army. The primary purpose of this amendment is to extend the due date for offers from April 21, 2025, to April 25, 2025. It is a firm fixed-price contract related to supply orders for the heavy howitzer weapon system, indicating the solicitation's focus on military supply needs. Aside from the due date extension, all remaining terms and conditions of the contract stay unchanged. This amendment highlights the procedural requirements for acknowledging receipt, reaffirming the importance of compliance in the bidding process. Overall, the document reflects standard practices in federal contracting and illustrates the ongoing procurement activities within the defense sector.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
Arm Assembly - Lift B
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of an Arm Assembly - Lift B, under solicitation number W519TC25Q2234. This opportunity is a total small business set-aside, requiring vendors to provide a firm fixed price quote that meets the specifications outlined in the request for quotation (RFQ), with the lowest priced, responsive, and responsible vendor expected to be awarded the contract. The Arm Assembly is crucial for military operations, and the selected contractor must ensure timely delivery to the Rock Island Arsenal in Illinois, adhering to strict submission guidelines and safety regulations. Quotes are due by 6 PM CST on April 30, 2025, and interested parties should direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
Roller, Roller Fairlead; NSN: 3815014236535
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command – Detroit Arsenal, is soliciting bids for the supply of 233 units of Roller, Roller Fairlead, under solicitation number W912CH-24-R-0022. This procurement is specifically set aside for small businesses and will result in a Firm Fixed Price contract with a one-year buying option, emphasizing compliance with military standards for inspection, acceptance, and packaging. The items are critical components for military applications, and bidders must adhere to strict technical requirements, including obtaining access to an export-controlled Technical Data Package (TDP) and ensuring proper handling of sensitive information. Interested parties should submit their proposals electronically to Contract Specialist Heather Mierendorf at heather.r.mierendorf.civ@army.mil, with all submissions due by the specified deadline.
Synopsis_W912CH-25-Q-0039
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Detroit Arsenal, is preparing to solicit a noncompetitive sole source contract for various components from Carapace Armor Technology, LLC. The procurement includes a one-time buy of items such as helical compression springs, retainers, and quick-release pins, with production quantities ranging from 20 to 200 each, depending on the specific item. These components are critical for military applications, ensuring the reliability and functionality of defense equipment. The solicitation, identified as W912CH-25-Q-0039, is expected to be released within two to four weeks, and interested parties should contact Kaitlyn Fruhner at kaitlyn.n.fruhner.civ@army.mil for further inquiries.
Transfer Transmission Assembly
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of transfer transmission assemblies, specifically aimed at small businesses. The solicitation outlines the requirements for delivery, packaging, and inspection of these assemblies, which are critical components in military vehicles, ensuring operational readiness and compliance with military standards. Interested contractors must adhere to specific military preservation and packaging protocols, as detailed in the accompanying Special Packaging Instruction document, and submit their proposals electronically via SAM.gov by the specified deadline. For further inquiries, Richard Campbell can be contacted at richard.j.campbell@dla.mil or by phone at 586-467-1163.
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.
DOLLY JACK (4 TON)(10 TON)
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking proposals for a five-year Firm-Fixed Price Requirements contract for the procurement of dolly jacks, including an estimated 450 units of the 4-ton model and 1,350 units of the 10-ton model. This solicitation is reserved for small businesses under the Total Small Business Set-Aside program and aims to provide essential hydraulic lifting equipment for military operations. Interested contractors must submit their proposals electronically by 5:00 PM on May 22, 2025, to Clarissa Dixon at clarissa.n.dixon.civ@army.mil, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.
Solicitation - Maintenance Stand
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of maintenance stands under a total small business set-aside contract. The requirement includes the delivery of 37 units of maintenance stands, with a firm-fixed-price contract structure and an option for an additional quantity of 100%. These maintenance stands, identified by NSN 4910-01-115-6284 and part number 12298097, are critical for military operations, necessitating compliance with military packaging standards and specific inspection and acceptance criteria. Interested contractors must submit their proposals to Contract Specialist Angelo Wilson via email by the specified deadline, ensuring they have the necessary Joint Certification Program (JCP) certification to access the export-controlled Technical Data Package associated with this solicitation.
Final Drive, Vehicular
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a firm-fixed-price contract to supply Final Drive components for vehicles, identified under solicitation SPRDL1-25-R-0092. This procurement is set aside exclusively for small businesses and includes a five-year contract with a minimum order quantity of 25 units and a maximum of 731 units, emphasizing the importance of compliance with military standards and environmental regulations. The components are critical for vehicular power transmission, ensuring operational readiness and reliability within military logistics. Interested vendors must submit their proposals by May 6, 2025, and can contact Sabrina Krafft at sabrina.krafft@dla.mil or 586-467-1177 for further information regarding the solicitation and technical data access requirements.
Support, Structural Crossmember
Buyer not available
The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking qualified small businesses to provide a Support, Structural Crossmember for the M139 Mine Dispenser. This procurement aims to establish a Firm Fixed Price contract with a 100% option, requiring First Article Testing and access to a restricted Technical Data Package (TDP). The initiative is crucial for enhancing the operational capabilities of the M139 Mine Dispenser, and interested vendors are invited to complete a Sources Sought Attachment to demonstrate their manufacturing capabilities and relevant experience. Responses are due by May 2, 2025, and interested parties can contact Richard Hall at richard.g.hall64.civ@army.mil or Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil for further information.
Solicitation_Mortar Mount
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a firm-fixed-price contract for the procurement of Mortar Mounts, identified by NSN 1015-01-561-6067 and Part No. 13015600. This opportunity is set aside exclusively for small businesses and requires compliance with military packaging standards, including special packaging instructions. The procurement is critical for supporting military operations, ensuring that the necessary equipment is available for effective defense capabilities. Interested contractors must submit their proposals electronically by May 27, 2025, and can direct inquiries to Contract Specialist Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil.