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 procurement of MK22 Motor Tubes under solicitation number N0017426R0002. This contract, which is a Firm Fixed Price (FFP) supply type on an indefinite delivery indefinite quantity (IDIQ) basis, requires the contractor to fabricate, inspect, test, and deliver motor tubes used in the assembly of MK 22 Rocket Motors, adhering to specific technical drawings and military standards. The anticipated period of performance spans from April 5, 2026, to April 5, 2031, and the solicitation is a total small business set-aside, emphasizing the importance of compliance with cybersecurity standards and quality assurance protocols. Interested parties should contact Diane Hicks at diane.d.hicks.civ@us.navy.mil or call 301-744-6648 for further details, and must submit their proposals by the specified deadline to be considered for this opportunity.

    Point(s) of Contact
    Diane Hicks, Contract Specialist
    (301) 744-6648
    diane.d.hicks.civ@us.navy.mil
    Files
    Title
    Posted
    Amendment 0001 to Solicitation N0017426R0002, issued by NSWC Indian Head Division, addresses an industry question regarding the solicitation's scope. The amendment clarifies that the solicitation is specifically for motor tubes (drawing 525-174-0131), not the full assembly. Each motor tube must undergo hydrostatic testing per drawing 525-174-0152, as detailed in Note 8 of 525-174-0131 and Note 2 of 525-174-0152. This is a 100% Total Small Business Set-Aside requirement. The document also outlines procedures for acknowledging receipt of amendments to solicitations and modifications to contracts/orders, emphasizing the importance of timely submission to avoid rejection of offers.
    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
    HX: Tube; Metallic
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the procurement of 2,000 linear inches of 3/8 OD 0.049" wall MIL-T-16420 copper-nickel alloy metallic tubes under a Total Small Business Set-Aside. This solicitation, identified as N0010425RX19757, requires vendors to demonstrate technical capability, including Non-Destructive Testing procedures, compliance with quality standards, and a delivery schedule of 50 weeks after receipt of order. Proposals must be submitted via email to the primary contact, Sarashea Thibodeau, by October 28, 2025, at 08:00 AM ET, and will be evaluated based on the Lowest Price Technically Acceptable criteria. Interested vendors must be registered in SAM.gov and provide evidence of past performance on relevant projects completed within the last five years.
    47--TUBE,BENT,METALLIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a bent metallic tube, identified by NSN 4710017279250. The contract will be structured as an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated minimum of one order per year. This procurement is crucial for maintaining the operational readiness of military equipment, as the tubes are essential components in various defense applications. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    25--TUBE,ACTUATING CYLI
    Dept Of Defense
    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 term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting their critical role in military operations. 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.
    PROJECT CM25265004
    Dept Of Defense
    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.
    47--TUBE,BENT,METALLIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of bent metallic tubes, specifically NSN 4710009066674, under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated minimum of one order per year and a delivery requirement of six units within 77 days after order placement. These items are critical for various military applications and will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    1377 - 1377-01-053-0587 MD99 Divergence Rocket Motor or 1377-01-630-5139 MD99 Divergence Rocket Motor
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking suppliers for the procurement of Divergence Rocket Motors, identified by NSNs 1377-01-053-0587 and 1377-01-630-5139. The contract will require a total quantity of 370 units, with specific delivery terms including FOB Destination for LAT and CDRLs, while deliverable items will be FOB Origin. These rocket motors are critical components in military applications, necessitating adherence to stringent safety and security protocols due to their explosive nature. Interested vendors should note that the solicitation will be available no earlier than the response date for this presolicitation notice, and they may contact Alicia Wargo at alicia.l.wargo.civ@us.navy.mil or by phone at 771-229-0601 for further information.
    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
    Dept Of Defense
    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.
    47--TUBE ASSEMBLY,METAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a metal tube assembly, specifically NSN 4710016222074, with a requirement for four units to be delivered to DLA Distribution Warner Robins within 98 days after order. This procurement is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in the defense supply chain. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which must be submitted electronically to the designated contact at DibbsBSM@dla.mil. Interested parties should refer to the solicitation document for further details and submission guidelines.
    47--TUBE,METALLIC,BRANC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of metallic tubes, specifically NSN 4710015129025, with a requirement for three units to be delivered to DLA Distribution San Joaquin within 410 days after order. This procurement is critical for maintaining the operational readiness of military equipment, as these tubes are essential components in various defense applications. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil.
    47--COUPLING,TUBE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 40 units of COUPLING, TUBE (NSN 4730012184102) under a Total Small Business Set-Aside. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and an estimated 12 orders per year, with a guaranteed minimum quantity of 6. The items will be shipped to various DLA Depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in military logistics. 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 at the DLA's DIBBS website.