MK22 Motor Tubes Solicitation N0017426R0002
ID: N0017425SN0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

ROCKETS, ROCKET AMMUNITION AND ROCKET COMPONENTS (1340)

Set Aside

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

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the MK22 Motor Tubes under solicitation number N0017426R0002. This procurement involves a Firm Fixed Price (FFP) supply contract on an indefinite delivery indefinite quantity (IDIQ) basis to manufacture motor tubes for MK 22 Rocket Motors, with a total small business set-aside and an anticipated performance period from April 5, 2026, to April 5, 2031. The contract requires adherence to specific military standards, including First Article Testing (FAT), hydrostatic tests, and compliance with ISO 9001:2015 quality systems, along with cybersecurity requirements under CMMC Level I. Interested contractors should contact Diane Hicks at diane.d.hicks.civ@us.navy.mil or call 301-744-6648 for further details, and proposals must be submitted by the specified deadline outlined in the solicitation documents.

    Point(s) of Contact
    Diane Hicks, Contract Specialist
    (301) 744-6648
    diane.d.hicks.civ@us.navy.mil
    Files
    Title
    Posted
    The Contract Administration Plan outlines the delineated responsibilities for managing a government contract, ensuring efficient administration. Key roles include the Procuring Contracting Officer (PCO), responsible for pre-award information, contract scope, terms, conditions, and monitoring the Contracting Officer's Representative (COR). The Contract Administration Office (CAO) handles matters specified in FAR 42.302 and DFARS 242.302. The Defense Contract Audit Agency (DCAA) is tasked with audit verification, provisional approval of invoices, and final contract audits. The Paying Office processes approved invoices and final payments. The COR manages technical interfaces with the contractor, provides technical advice, reviews invoices, maintains contract files, assures quality, monitors the level of effort, and submits performance reports, including updates to the CPARS database. This plan ensures clear accountability and adherence to federal contracting regulations.
    The provided document outlines a
    The provided document, "Exhibit A: Contract Data Requirements List (CDRL), DD Form 1423 (A001-A006)" outlines essential documentation required for government contracts, likely within the context of federal or state/local RFPs. This exhibit details six specific CDRL items, each corresponding to a critical report or certificate. These include CDRL A001 for the Final Dimensional Inspection Report, CDRL A002 for the Certificate of Analysis, and CDRL A003 and A006 for Certificates of Compliance. Additionally, CDRL A004 specifies the Inspection and Test Plan, while CDRL A005 addresses the Government Property (GP) Inventory Report. The purpose of this list is to ensure that contractors provide comprehensive documentation related to inspection, quality assurance, compliance, and government property management, thereby maintaining transparency and accountability throughout the project lifecycle.
    This government solicitation (N0017426R0002) outlines the requirements for manufacturing MK22 Motor Tubes for the Naval Surface Warfare Center Indian Head Division (NSWC IHD). The contract is a 100% Total Small Business Set-Aside, a Rated Order under DPAS, and involves a base year plus four option years. Key requirements include adhering to specific technical drawings and military standards, implementing a brown band marking, and conducting First Article Testing (FAT) and hydrostatic tests. Contractors must maintain ISO 9001:2015 compliant quality systems, NADCAP accreditation for painting, and robust calibration systems. The document also details packaging, marking, inspection, acceptance, and export control (ITAR/JCP) compliance. Critical clauses cover security controls for defense industrial base partner networks (NIST 800-171), cyber incident response, configuration management, and the use of government-furnished property.
    This document is Attachment 3, a Past Performance Questionnaire for Solicitation Number N0017426R0002, issued by the Naval Surface Warfare Center, Indian Head Division (NSWC IHD). Its purpose is to gather source selection information by evaluating an offeror's past performance. The questionnaire requires an agency/activity to rate an offeror's performance using a defined scale: Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, and Neutral. Evaluation criteria cover Customer Satisfaction (responsiveness, personnel qualification, cost estimation), Timeliness, Technical Success (understanding tasks, completing tasks correctly, problem resolution), Program Management (subcontractor management, cost/schedule/performance control), and Quality of services. Additionally, the questionnaire asks for subjective responses regarding recommendations for similar contracts and any special or unique problems encountered. Completed questionnaires are to be submitted via email prior to the solicitation's closing date.
    Lifecycle
    Title
    Type
    Solicitation
    Presolicitation
    Sources Sought
    Similar Opportunities
    MK70 Booster Ballast Kits
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the fabrication, acceptance inspection, and delivery of MK 70 Booster Ballast Hardware Kits. This procurement is part of an ongoing requirement, with the anticipated contract being a Firm Fixed Price (FFP) type, scheduled for a performance period from June 30, 2026, to June 30, 2031. The MK 70 Booster Ballast Kits are critical components used in military applications, and the Government intends to gather market information to inform future solicitation processes. Interested vendors must submit their capabilities and company information to Diane Hicks at diane.d.hicks.civ@us.navy.mil by December 8, 2025, to be considered for this opportunity.
    Material Condition Assessment of one MK75 Gun Tube (FMS)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the material condition assessment of one MK75 Gun Tube. The selected vendor, TechMetals, will be responsible for the open inspection and repair of the MK75 Barrel Tube, as they are the only known source capable of fulfilling the government's requirements. This procurement is critical for maintaining the operational readiness and safety of naval equipment. Interested parties must submit their capabilities by December 18, 2026, at 10 AM (EST) to Jimmy Ludwick via email at james.e.ludwick2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    MT29, MT30, MT31 Rocket Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of MT29, MT30, and MT31 rocket motors. The contract involves the supply of specific items identified by their National Stock Numbers: 1377-01-246-5279 for MT29, 1377-01-246-5280 for MT30, and 1377-01-246-5281 for MT31, which are critical components in military applications. These rocket motors fall under the NAICS code 325920 for Explosives Manufacturing and the PSC code 1377 for Cartridge and Propellant Actuated Devices and Components, highlighting their importance in defense operations. Interested vendors can reach out to Stacey L. Romberger at stacey.l.romberger.civ@us.navy.mil or via facsimile at 717-605-2807 for further details regarding the solicitation process.
    47--TUBE,METALLIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of metallic tubes under solicitation number NSN 4710009930482. The requirement includes a quantity of 18 units, with delivery expected within 116 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These metallic tubes are critical components used in various defense applications, and the contract will facilitate the supply to multiple DLA depots both within the continental United States (CONUS) and overseas (OCONUS). Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    25--TUBE,ACTUATING CYLI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the TUBE, ACTUATING CYLI, identified by NSN 2590012668039. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The items are critical components for military armored vehicles and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    47--TUBE,METALLIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of metallic tubes under solicitation number 4710016146373. The requirement includes a quantity of four units to be delivered within 95 days after order, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. These tubes are critical components used in various military applications, and the selected vendor will ship items to multiple DLA depots both within the continental United States and overseas. Interested suppliers must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    PROJECT CM25265004
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract (IQC) for the procurement of metal tube assemblies and elbows, specifically NSNs 4710-01-229-7700 and 4730-01-493-8729. The items are critical for military applications and must be delivered within specified timeframes, with a total delivery period of 300 days if a Government First Article Test is required, or 150 days without it. Interested vendors should note that this acquisition is not set aside for small businesses and will be evaluated based on price, delivery, past performance, and other factors. Proposals must be submitted via DIBBS or email, with the solicitation expected to be available on December 2, 2025. For further inquiries, contact Mindy Cook at mindy.cook@dla.mil or call 614-692-1798.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES. This contract, designated as a Total Small Business Set-Aside, requires suppliers to manufacture and deliver specific cable assemblies that are critical components for advanced torpedo systems. The successful contractor will need to adhere to stringent quality standards and provide various documentation, including test reports and progress updates, to ensure compliance with military specifications. Interested parties must acknowledge receipt of solicitation amendments and submit their proposals by the extended deadline of December 8, 2025, with inquiries directed to McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil.
    TUBE,METALLIC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of metallic tubes, primarily made from copper-nickel alloy, under the solicitation titled "TUBE, METALLIC." The contract requires the delivery of high-quality materials that will be utilized in critical shipboard systems, emphasizing the importance of compliance with stringent specifications to prevent failures that could lead to serious safety risks. Interested vendors must adhere to a detailed set of quality assurance requirements and submit their proposals, including certifications and compliance documentation, by the specified deadlines. For inquiries, potential bidders can contact Benjamin Spangler at 771-229-0573 or via email at benjamin.t.spangler.civ@us.navy.mil.
    N0016423GJN16-JO07 –JO PIID N00164-26-RFPREQ-CR-JXN-0036 –SOLE SOURCE—30MM MK44 GUNS IN VARYING CONFIGURATIONS, ASSOCIATED SPARE PARTS, AND SPECIAL TOOLING, – PSC – 1005 – NAICS 332994
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure 30mm MK 44 chain-fed guns in various configurations, along with associated spare parts and special tooling. This procurement is critical for maintaining the operational capabilities of naval forces, as these guns are essential components of naval weapon systems. The anticipated award amount for this sole source contract to Northrop Grumman Systems Corporation is approximately $40 million, with an expected award date around January 28, 2027, and a performance period of roughly one year. Interested parties may submit capability statements to Mr. Derek Perry at derek.s.perry2.civ@us.navy.mil, referencing announcement number N0016423GJN16-JO07 in all communications.