Canister Grenades - Metal Components - Pre-Solicitation Synopsis
ID: W519TC-23-R-0108Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

GRENADES (1330)

Set Aside

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

    The Department of Defense, through the Army Contracting Command Rock Island (ACC-RI), is seeking proposals for the procurement of metal components for canister grenades under Solicitation W519TC-23-R-0108. This procurement aims to establish a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the production and delivery of various grenade components, including those for the M18, M83, M7A3, M330, and AN-M14 models, with a focus on compliance with stringent military specifications and quality standards. The successful contractor will be responsible for manufacturing, assembling, and packaging these components while adhering to rigorous quality assurance protocols, including First Article Testing and Lot Acceptance Testing, to ensure military readiness. Interested small businesses must submit their proposals by October 18, 2024, at 3:00 PM CST, and can direct inquiries to Carly Frye or Bethany Carbajal via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to Solicitation W519TC-23-R-0108 concerning a contract managed by the Army Contracting Command. The primary purpose of Amendment 0001 is to address contractor inquiries submitted by June 25, 2024, while specifying a deadline of June 28, 2024, for additional questions. The amendment may impact the timelines or details of the submission process for bids. All other conditions of the original solicitation remain unchanged and continue to be in effect. The contract type is categorized as Fixed Price with Economic Price Adjustment (EPA) for actual costs, indicating that cost adjustments could be expected based on economic factors. The document includes sections for modification details, the responsibilities of various officials, and instructions for offerors regarding acknowledgment of the amendment. Overall, this amendment serves to clarify and provide updates on the solicitation process, ensuring that all potential contractors are informed and able to comply with the deadlines and requirements for proposal submissions.
    The document is an amendment to Solicitation W519TC-23-R-0108, issued by the Army Contracting Command in Rock Island, IL. Its primary purpose is to address contractor inquiries through a provided list of questions and answers dated July 2, 2024. Contractors are reminded that additional questions must be submitted by 3 PM CT on the same day. The amendment clarifies that this revision does not alter any existing terms or conditions of the original solicitation, which remain in full effect. Additionally, it details the protocol for acknowledging receipt of amendments, reinstating the importance of compliance to avoid rejection of offers. Overall, it serves to improve communication between the contracting authority and potential bidders while reinforcing the integrity of the solicitation process.
    This document outlines Amendment 0003 to Solicitation W519TC-23-R-0108, issued by the Army Contracting Command in Rock Island, Illinois. The primary purpose of this amendment is to address contractor inquiries, as specified in Attachment 0014, dated July 11, 2024. The amendment confirms that all other terms and conditions of the original solicitation remain unchanged and continue to be in effect. The contract type is defined as a Fixed Price with Economic Price Adjustment, particularly for supply contracts and priced orders. The document emphasizes the importance of acknowledging receipt of this amendment by bidders and stipulates that any changes to offers must be communicated before the designated submission deadline. This amendment highlights the government's commitment to transparency and effective communication in the contracting process, ensuring that all interested parties are informed of relevant updates and conditions affecting their proposals. Overall, it serves to clarify and enhance the solicitation process for potential contractors.
    The document is an amendment to Solicitation W519TC-23-R-0108 issued by the Army Contracting Command, detailing modifications related to a fixed-price contract for supply orders. The primary purpose of Amendment 0004 is to extend the proposal due date from July 17, 2024, to August 16, 2024, at 3:00 PM Central Time. The document outlines the procedures for acknowledging the amendment and stipulates that all other terms and conditions of the original solicitation remain unchanged. It includes administrative information such as contract identification, issuing and administering authority, and contact details for the buyer, Michelleann Hulett. This amendment follows established procurement protocols to facilitate timely bid submissions while ensuring compliance with federal and local contracting regulations. Overall, the document illustrates the government's ongoing negotiation processes and its commitment to transparency and fair opportunity for contractors.
    The document outlines Amendment 0005 to Solicitation W519TC-23-R-0108 issued by the Army Contracting Command - Rock Island. The primary purpose of this amendment is to extend the deadline for proposal submissions from August 16, 2024, to August 30, 2024, by 1500 Central Time. It is classified as a Fixed Price with EPA - Actual Costs contract aimed at supply contracts and priced orders. The amendment specifies that all other terms and conditions of the original solicitation remain unchanged and in full effect. Details regarding the contact person, Michelleann G. Hulett, including her contact details, are also provided. This amendment is essential for potential contractors as it allows additional time for preparation and submission of their proposals, reflecting the ongoing efforts of the federal government to ensure fair competition and thorough evaluation in its procurement processes.
    The document is an amendment (0006) to the solicitation W519TC-23-R-0108, issued by the Army Contracting Command in Rock Island, Illinois. The primary purpose of this amendment is to incorporate updated attachments, specifically a Price Matrix and an EPA Worksheet, both dated 22 August 2024. Additionally, it extends the proposal submission deadline from 30 August 2024 to 13 September 2024 at 3:00 PM Central Time. All other terms of the original solicitation remain unchanged and in effect. Relevant contact information for the buyer, Michelleann G. Hulett, is also provided. This amendment reflects standard modifications in government procurement processes, ensuring transparency and compliance with federal regulations, and facilitates contractor responses to solicitations by providing updated information and deadlines.
    The document is an Amendment/Modification to the Solicitation W519TC-23-R-0108 issued by the Army Contracting Command-RI. Its primary purpose is to extend the proposal submission deadline for interested contractors from September 13, 2024, to October 18, 2024, at 3:00 PM CST. The amendment outlines that all other terms and conditions of the original solicitation remain unchanged and fully effective. The document includes sections for acknowledgment of receipt by contractors and specifies requirements for any changes to submitted offers prior to the new deadline. This amendment underscores the government’s ongoing procurement processes, aiming to ensure adequate time for contractors to prepare competitive proposals, reflecting the procedural norms typical in federal solicitations. The key information concerning the contract type indicates it is a fixed-price agreement with actual costs, emphasizing the structured nature of the contracting process within federal government operations.
    The government agency seeks to procure a variety of military hardware and associated services through multiple contracts. The focus is on acquiring a range of weapons, including M18/M83, AN-M14, M7A3, and M330 systems, along with their respective components. These weapons have different ordering periods and quantity ranges, with pricing determined by the firm-fixed-price (FFP) structure. The M18/M83 and AN-M14 include body, FAT, and top variations, while the M7A3 and M330 have body, cup, and FAT configurations. Contractors will be responsible for delivering these systems and ensuring their compliance with specified quantity and quality requirements. The evaluation of contractors will be based on the evaluated prices for each weapon system, with different weightings assigned to various ordering periods. The agency emphasizes that prompt delivery and adherence to specified unit prices and quantities are essential. Offerors must submit their pricing matrices and other proposal details within the specified timelines to be considered for these procurement opportunities.
    The government agency seeks to procure varying quantities of metal parts, categorized into tops and bodies for several models: M18, M83, AN-M14, M7A3, and M330. The focus is on establishing per-pound unit prices for different weight ranges, with multiple ordering periods outlined. The parts are likely for military or defense purposes, but specific details on their application are not provided. The evaluation criteria for selecting offerors are not explicitly mentioned in the file. However, the pricing structure suggests that cost will be a significant factor in the evaluation process.
    The document outlines the Statement of Work for the production and delivery of metal components for various canister grenades (M18, M83, M7A3, M330, AN-M14). It specifies that the contractor must manufacture, assemble, and pack components compliant with detailed technical specifications and government quality standards. The contractor is responsible for certifying producibility and addressing any inconsistencies in specifications using an Integrated Product Team approach. Quality assurance protocols, including First Article Testing and Lot Acceptance Testing, are mandated to ensure compliance with safety and performance standards. Additionally, stringent requirements for packaging, labelling, and marking are established, adhering to military regulations. The contract emphasizes avoiding the use of ozone-depleting chemicals and mandates security measures regarding Controlled Unclassified Information. Ultimately, this procurement aims to ensure a reliable supply of grenade components while adhering to rigorous quality, safety, and regulatory standards, reflecting the government's commitment to maintaining military readiness.
    The document pertains to the specifications and inspection requirements related to a drawing for a part associated with the U.S. Army's DEVCOM Chemical Biological Center. It outlines mandatory procedures such as removing burrs and breaking sharp edges, as well as dimensional requirements that must be met before and after processes like plating and painting. The drawing adheres to ASME and FED standards for tolerances on material specifications, particularly 3003-0 aluminum, with detailed dimensions and tolerances specified. Additionally, it includes a destruction notice for sensitive information, emphasizing strict export control regulations under the Arms Export Control Act and Export Control Reform Act. The document is controlled by DEVCOM CBC and is authorized for distribution only to the Department of Defense and associated contractors, underlining its critical technology designation. The summary addresses the document’s role in government contracting and RFP processes, highlighting the emphasis on compliance with both technical specifications and regulatory requirements.
    The document outlines the proposal instructions, conditions, and notices for Offerors involved in a U.S. Government procurement process. It emphasizes that proposals will be evaluated based on their content, requiring specific responses that demonstrate how contract requirements will be met, without assuming prior knowledge or capability. Submission must be electronic, adhering to defined formats and page limits across multiple volumes, including technical, past performance, price, and acknowledgements. Key proposal components include a detailed manufacturing plan, quality system documentation, and a program management plan for a specific project regarding Canister Grenades Metal Components. Offerors must provide relevant past performance evidence, including contract references and any adverse performance documentation. Additionally, a meticulously completed Price Matrix is required for price evaluation. The structure of the document is organized into sections detailing general instructions, submission requirements, and specific factors evaluated for the proposal. It emphasizes transparency in communication, instructing Offerors to submit questions only in writing and outlining procedures for modifications to proposals when requested. Overall, the purpose of the document is to guide Offerors in preparing compliant proposals that meet the federal requirements for the acquisition of goods/services, specifically targeting rigorous evaluation criteria for performance and pricing.
    The document outlines the evaluation factors for awarding a U.S. Government contract for Canister Grenade Metal Components. The selection process follows a Lowest Priced Technically Acceptable (LPTA) approach, assessing three main factors: Technical, Past Performance, and Price. The Technical Factor comprises three subfactors: Production Capability, Quality System, and Program Management Plan, all rated as either Acceptable or Unacceptable. Offerors must meet a minimum guaranteed quantity of 100,000 units for specific grenade components, and the first delivery order will coincide with the contract award. In evaluating proposals, the government seeks a comprehensive understanding of the requirements, feasibility of plans, and risk mitigation strategies. Past performance will be judged on recent, relevant experience and its correlation to the new contract's demands. Price analysis will ensure reasonableness, accounting for any unbalanced pricing risks. Ultimately, to be considered for contract award, Offerors must present proposals that meet all technical and past performance requirements—failure to do so will result in disqualification from further evaluation. The document reflects the structured and rigorous nature of government RFP processes, emphasizing accountability and performance reliability.
    The Past Performance Questionnaire (PPQ) Form is designed for the Army Contracting Command – Rock Island (ACC-RI) to evaluate Offerors' past performance as part of the procurement process. Offerors are required to complete Sections IIA and IIB and send them to PPQ respondents who will provide feedback directly to the designated point of contact (POC). The form includes guidance on assessing past performance using a rating scale from Excellent to Unsatisfactory, covering aspects like contract quality, delivery timelines, problem resolution, and compliance with requirements. The form also collects general information about the contract, including respondent identification, contract specifics, and performance ratings based on predetermined criteria. Completed questionnaires must be emailed to the specified Contract Specialist and Contracting Officer, ensuring accurate and timely assessments to support critical acquisition efforts by ACC-RI. This process is crucial in determining the potential success of contractors in fulfilling future government contracts effectively.
    The document outlines the procedures for using the Acquisition Source Selection Interactive Support Tool (ASSIST) and its counterpart, ASSIST2Industry, during a federal acquisition process. ASSIST is utilized for proposal evaluation and source selection, while ASSIST2Industry facilitates secure communication with Offerors. Offerors are required to designate two individuals responsible for receiving Evaluation Notices (ENs), ensuring continuity in communication. Following the solicitation's closing, access to ASSIST2Industry will be established for these individuals, who will receive system-generated emails for account login. Importantly, these notifications do not indicate the initiation of exchanges under Federal Acquisition Regulation (FAR) guidelines or any determination regarding the competitive range. Offerors will receive relevant notifications separately from the Contracting Officer. This framework ensures organized proposal evaluation and effective communication within the federal procurement process.
    The document titled "Solicitation Questions and Answers dated 25 June 2024" addresses inquiries related to inspection requirements for a specified item, Cup drawing number 13-19-1067. It clarifies that a first article sample must undergo strict inspection in line with applicable specifications. Key inspection methodologies include first article sampling and conformance inspections, emphasizing random selection and critical characteristics as per MIL-STD-1916 guidelines. The document outlines the process for verifying ammunition lot numbering and the completeness of ammunition data cards, alongside material properties certification. The acceptance criteria for inspections stipulate that any non-compliance can result in sample rejection, and rigorous documentation is mandatory to support the examination of material and components. Noteworthy points emphasize workmanship inspections and strict observation protocols for die sets, assuring quality control throughout production stages. The document serves as a guide for contractors to understand the critical inspection criteria and requirements essential for compliance within the scope of federal solicitations and grants. Ensuring rigorous adherence to these specifications highlights the government's commitment to quality and safety in contracting processes.
    The document provides a set of Solicitation Questions and Answers dated July 2, 2024, focusing on the technical specifications for components related to grenade manufacturing. Key topics include materials compliance, workmanship standards, inspection requirements, and sampling protocols for the first article inspection. Notable points include guidelines for free from contamination, defined acceptance criteria, and detailed inspection methods for examining specific attributes like diameter and depth of grenade components. The document emphasizes the importance of randomly selected sampling and adherence to established military standards (MIL-STD-1916) for critical characteristics. Acceptance of sample items is contingent upon conformity with specification requirements, and any failure to meet standards may lead to rejection and potential termination of the inspection process. This document serves to clarify essential inspections and ensure compliance with government procurement standards related to military ordnance, highlighting the importance of quality assurance in defense contracting.
    The document addresses a query regarding the use of a specific sealing material as per specification MIL-S-11388, referenced in drawing 13-19-140 for the manufacturing of a grenade top. The government acknowledges that the specification is dated from February 1991 and does not provide a list of current suppliers for the required sealant. The contractor is responsible for applying the sealing material according to their manufacturing process, following the material manufacturer’s recommendations. It further clarifies that the sealing material needs to be applied before shipping to Pine Bluff (PBA), where a double roll seam will be conducted after additional modifications based on the grenade type. The process described will be discussed in more detail once the production contract is awarded. This interaction reflects the procedural specifics common to government RFPs and emphasizes the importance of complying with outdated specifications while allowing flexibility in contractor execution.
    The document outlines a pricing evaluation sheet for various military munitions under Solicitation W519TC23R0108, including the M18/M83, AN-M14, M7A3, and M330. It includes a structured pricing matrix detailing evaluated prices across multiple ordering periods, identified by unit type, quantity ranges, and weighted evaluation criteria, primarily for full firm price (FFP) contracts. Each product has designated pricing ranges and corresponding weights that contribute to the total evaluated price, although actual figures are not listed in the document. The pricing matrix applies to different components like the body and Functional Assessment Test (FAT) of each item. This evaluation guide serves to assess and compare the cost-effectiveness of proposals submitted by contractors. It is essential for ensuring compliance with federal procurement procedures and aids in determining the most economical bids for munitions procurement while meeting the military's operational needs.
    The document outlines a request for proposals (RFP) for the procurement of metal parts, specifically designed for military applications, over multiple ordering periods. It focuses on various components such as the M18/M83, AN-M14, M7A3, and M330, all categorized by their top and body parts. Each entry specifies the type of steel required, weight categories (in pounds per unit), and price per pound, though specific price details are not provided. The RFP is structured into different ordering periods, suggesting a phased procurement process where quantities range significantly, from 3,000 lbs to 450,000 lbs, with pricing tiers based on these quantities. The intended purpose of this document is to solicit bids from potential suppliers for high-volume military metal parts, emphasizing the importance of material specifications and pricing for budgetary considerations. This procurement initiative reflects the government's ongoing effort to meet military supply needs while ensuring compliance with federal procurement standards. By outlining clear weight categories and ordering timelines, the document seeks to facilitate organized and competitive bidding from manufacturers capable of fulfilling these requirements efficiently.
    The document serves as a Contract Data Requirements List (CDRL) detailing various data items required from contractors in relation to the M18/M83/M330/M7A3/AN-M14 components. The items include reports like Certification Data, Meeting Minutes, Engineering Change Proposals, Accident Reports, and Quality Program Plans, among others. Each item specifies details such as title, frequency of submission, due dates for first and subsequent submissions, and remarks regarding distribution and submission methods. These reports are designed for regulatory compliance and oversight, ensuring contractors meet specific performance and safety standards throughout the contract lifecycle. Critical timelines are established for submissions, and the document emphasizes the necessity for government review and approval prior to implementation of plans or changes. Notably, various safety and quality documents are interconnected, showcasing a structured approach to compliance within government procurement processes. The systematic collection and review of data items highlight the government’s commitment to quality assurance in defense contracting.
    The Army Contracting Command, Rock Island, has issued Solicitation W519TC-23-R-0108 for the procurement of Metal Parts and Components for Canister Grenades to support the Pine Bluff Arsenal. This contract, a Firm Price with Economic Price Adjustment, will cover a five-year period and is set aside for small businesses under NAICS 332999. The initial guaranteed minimum includes specific quantities of parts for M18, M83, M330, and AN-M14 grenades, with total maximum quantities reaching up to millions for each component. Proposals will be evaluated based on the Lowest Price Technically Acceptable method. Key dates include the proposal submission deadline on July 19, 2024, with initial production deliveries expected 60 days after First Article Test approval. Potential contractors must register in the System for Award Management (SAM) and provide their CAGE and DUNS numbers. Special packaging, marking, and inspection requirements are outlined to ensure compliance with government regulations, particularly for hazardous materials. The document emphasizes the importance of safety, regulatory compliance, and efficient delivery schedules to finalize contracts successfully. The solicitation underscores the government’s intent to foster small business participation while ensuring operational readiness through reliable procurement of grenade components.
    Similar Opportunities
    BDU-50 D/B CDI Practice Bombs with MHU-149/E Pallet or MHU-122/E Pallet
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - Rock Island, is soliciting proposals for the procurement of BDU-50 D/B CDI Practice Bombs, specifically with MHU-149/E or MHU-122/E pallets. This competitive Request for Proposal (RFP) aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum guaranteed quantity of 8,004 units, to support military training operations. The contract will be awarded based on a best value assessment, considering both price and non-price factors, with a projected award date in the third quarter of FY2025. Interested offerors must submit their proposals by October 17, 2024, and can direct inquiries to Elizabeth Miller at elizabeth.m.miller174.civ@army.mil or Kelly K. Clifton at kelly.k.clifton.civ@army.mil.
    Mount, Gun; NSN: 1005-01-267-8103
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of Gun Mount Assemblies under solicitation number W56HZV-23-R-0174. This opportunity is set aside for small businesses and involves a firm-fixed-price contract for an estimated quantity of 308 units, with a 100% buying option available. The Gun Mount Assemblies, identified by National Stock Number (NSN) 1005-01-267-8103, are critical components for military applications, necessitating compliance with stringent packaging and inspection standards. Interested contractors must submit their proposals electronically to Contract Specialist Kerri Ginter at kerri.e.ginter.civ@army.mil, ensuring they have the required Joint Certification Program (JCP) certification to access the export-controlled Technical Data Package (TDP). Proposals must adhere to the specified deadlines, with late submissions being disqualified.
    Crosshead Forgings
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is soliciting proposals for Crosshead Forgings to support operations at the Rock Island Arsenal - Joint Manufacturing and Technology Center. The procurement aims to secure various steel forgings, which are critical safety items, and requires compliance with strict delivery timelines and government standards, including certificates of conformity and inspection upon delivery. Interested contractors must register with the Joint Certification Program and adhere to specific telecommunications requirements, with proposals valid for 60 days. For further inquiries, vendors can contact Travis Poindexter at travis.j.poindexter.civ@army.mil.
    M73 Cartridge Heads
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting quotes for the procurement of M73 Cartridge Heads, with the intention of awarding a firm fixed price purchase order. This procurement is aimed at acquiring non-commercial items that meet specific technical specifications outlined in the Statement of Work, and it is designated as a Small Business Set-Aside to encourage participation from smaller enterprises. The cartridge heads are critical components for Aviation Critical Safety Items (ACSIs), emphasizing the importance of compliance with quality standards such as ISO 9001 and adherence to safety regulations during manufacturing and delivery. Interested vendors must submit their quotes by Thursday, October 10, 2024, at 8:00 AM EST, and are required to request technical drawings and ITAR certification prior to submission. For further inquiries, vendors can contact Francine Keys at francine.keys@navy.mil or Marlene Ridgell at marlene.ridgell@navy.mil.
    DISC ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for the procurement of 361 units of a disc assembly (NSN: 1015-01-119-4005, P/N: 12283433), designated as a total small business set aside. The procurement requires military-level preservation and packaging type B, and notably, a First Article Test (FAT) is not required for this item. This assembly is critical for military applications, reflecting the government's commitment to supporting small businesses in federal contracting. Interested parties should note that the solicitation is expected to be issued on October 16, 2024, with proposals due 30 days thereafter; for further inquiries, they may contact Muhammad Kah at Muhammad.kah@dla.mil or call 586-467-1203.
    Synopsis for fabrication of quantity 100 aluminum 120-millimeter (mm) sabots
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking proposals for the fabrication of 100 aluminum 120-millimeter sabots, as outlined in the forthcoming solicitation identified by number W911QX-24-Q-0301. The contractor will be required to produce these sabots using 7075-T6 aluminum, with options for a three- or four-petal configuration, and must adhere to specific delivery timelines, including an initial lot of 20 sabots within 60 days of contract award and the remaining 80 within 120 days. This procurement is critical for military applications, ensuring the availability of essential components for defense operations. Interested small businesses are encouraged to reach out to the primary contact, Melissa M. Murphy, via email at Melissa.m.murphy20.civ@army.mil or by phone at 520-672-9589 for inquiries prior to the response deadline.
    Stock, Gun, Shoulder
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is preparing to solicit a contract for the procurement of approximately 10,128 units of Stock, Gun, Shoulder, identified by NSN: 1005-01-576-4661. This procurement will be conducted under a five-year, Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed price contract, and is set aside exclusively for small businesses in accordance with FAR 19.5 regulations. The goods are critical for military operations, ensuring the availability of essential firearm components. Interested vendors should note that the solicitation, W912CH-24-R-0203, is anticipated to be released in the coming weeks, and they can direct inquiries to Loren Faist at loren.m.faist.civ@army.mil or by phone at 571-588-9089.
    1377-01-550-8543, DWGY, CCU-167/B Impulse Cartridge
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of 818 units of the DWGY, CCU-167/B Impulse Cartridge, identified by the part number 1377-01-550-8543. This procurement falls under the NAICS code 325920, which pertains to Explosives Manufacturing, and is critical for military applications involving cartridge and propellant actuated devices. Interested vendors should note that the deadline for submission is November 4, 2024, and can direct inquiries to Alexander Bonner at 717-605-4237 or via email at alexander.bonner@navy.mil for further details.
    10--CENTER SECTION,AMMU
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of the Center Section, Ammunition (NSN 1015014816419). The solicitation includes a requirement for seven units, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $250,000, with an estimated four orders per year. This procurement is crucial for maintaining the supply of small arms and ordnance accessories, which are vital for military operations. Interested vendors should submit their quotes electronically, and any inquiries can be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    GUY; CARRIER PERS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Carrier, Pers M-113A1, M-113A2, and M-113A3, with the National Stock Number (NSN) 4010-01-072-4414. This solicitation is for an Indefinite Quantity Contract with an estimated annual quantity of 9,728 units over a five-year term, requiring delivery within 120 days after receipt of order. The items are classified as Critical Application Items and are subject to Export Control regulations, emphasizing their importance in defense operations. Interested small businesses must submit their proposals by fax to (804) 279-4165, with the solicitation expected to be issued around August 29, 2024, and closing on or about September 30, 2024. For further inquiries, contact Dorothy Ferebee at Dorothy.Ferebee@dla.mil or by phone at 804-279-3540.