Solicitation, Extractor, Primer, NSN: 1025-01-530-5873
ID: W912CH-24-Q-0051Type: Solicitation
Overview

Buyer

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

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

GUNS, OVER 150MM THROUGH 200MM (1025)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Contracting Command - Detroit Arsenal, is soliciting bids for the procurement of Extractor, Primer components, identified by National Stock Number 1025-01-530-5873. This opportunity is a total small business set-aside, with an estimated quantity of 296 units required for military applications, emphasizing the importance of compliance with military specifications and quality assurance standards. The selected contractor will be responsible for delivering these components within 240 days after contract award, ensuring adherence to strict packaging and inspection protocols. Interested parties should contact Kaitlyn Fruhner at kaitlyn.n.fruhner.civ@army.mil for further details regarding the solicitation number W912CH-24-Q-0051.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for a component, specifically an extraction tool named "PRIMER," associated with the US Army's Armament Research, Development, and Engineering Center. It includes detailed dimensions, material requirements, and mechanical properties necessary for manufacturing and assembly. Key technical notes indicate adherence to specific military standards, including marking requirements (MIL-STD-130) and performance specifications (MIL-DTL-13931). Additionally, it references specific tools and parts, such as a hexagon socket setscrew and a hammer, along with assembly instructions emphasizing thread locking adhesives and torque settings. Revision history is noted, indicating the document's maintenance and updates in compliance with engineering directives. The context of the document falls under military procurement processes, detailing requirements significant for contractors responding to federal Requests for Proposals (RFPs) or offers for grants aimed at defense manufacturing and support services, underscoring the rigorous standards required in such contracts.
    The document pertains to a government Request for Proposal (RFP) involving a mechanical component for the US Army's M776 cannon. It outlines design specifications, including dimensions, materials, and mechanical properties, and adheres to various engineering standards such as ASME Y14.100 and MIL-STD-130. A key highlight is the identification of the suggested source of supply, specifically listing McMaster-Carr as a vendor, along with contact details. The document emphasizes the importance of marking requirements and technical specifications for the components being procured. Additionally, it includes information on approvals, revisions, and the responsibilities of the design activity. The distribution statement confirms that this material is approved for public release, indicating openness in government procurement processes. Overall, the file serves as a technical guideline for potential suppliers on the specifications required for bidding on the component related to military applications.
    This document outlines technical specifications for a component used in the M776 Cannon, managed by the US Army Armament Research, Development, and Engineering Center. It includes details such as size, weight, manufacturing standards (e.g., ASME and MIL-STD requirements), and drawing references for precise engineering specifications. The drawing emphasizes adherence to specific tolerances and marked design features while ensuring every modification is documented by the design activity. The document portrays a comprehensive approach to maintaining quality and precision in military equipment manufacturing, underscoring the importance of following established military standards. Additionally, it notes the distribution statement allowing for unlimited public release, reflecting transparency in government documentation. This aligns with the standards and procedures expected in federal RFPs and grants, ensuring clear communication and compliance in defense-related contracts.
    The document is a technical drawing and specification for an adapter used in military applications, specifically concerning the LW155mm M776 cannon. Its purpose is to guide the manufacturing process according to strict military standards and regulations. Key details include dimensions, materials — specifically carbon steel adhering to ASTM standards — and finishing requirements. The drawing emphasizes the necessity for precision in manufacturing with specified tolerances, and it outlines the mechanical properties needed for the adapter. Security and export control warnings are included, indicating the document contains sensitive technical data restricted under military regulations. Additionally, it outlines destruction procedures for maintaining confidentiality of unclassified documents. Overall, this document serves as an essential manufacturing guideline critical for ensuring the performance and safety of armament components for the U.S. Army.
    The document outlines technical specifications related to a component used in a military application, specifically the LW155mm M776 cannon, developed by the U.S. Army's Armament Research, Development, and Engineering Center at Benet Laboratories. It details design-related information, including dimensions, tolerances, and materials required, notably .12-34C SAE-AISI carbon steel and specific finishing processes. The document emphasizes the need for compliance with military standards and notes revisions made over time to the technical drawings. Additionally, it highlights distribution restrictions tied to critical technologies, and it includes export controls under the Arms Export Control Act. Specific notes address mechanical properties and finish requirements, outlining procedures for handling unclassified documents. The overall purpose is to provide clear direction for manufacturers regarding the necessary specifications and compliance with federal guidelines for military equipment production.
    The document outlines the specifications and production details for a component used in U.S. Army weapon systems, specifically the "Hammer, Slide" for a 155mm cannon. It details mechanical properties, dimensions, and material requirements, emphasizing the use of SAE-AISI 1018 plain carbon steel and the adherence to military specifications. The document also specifies the vendor, Advanced Precision Machining, Inc., and includes relevant contact information. Additionally, it emphasizes CAD maintenance for design accuracy and notes the identification of the vendor's item control drawing. The summary underlines that the identification of suggested sources does not guarantee supply availability and references applicable industry standards and specifications. This file is part of the government's procurement process, showcasing efforts to standardize and ensure quality in military equipment supplies while allowing for public access and scrutiny.
    This document appears to relate to a government request for proposals (RFP) concerning the creation of a 3D model, as indicated by the mention of “RE-DRAW - 3D MODEL.” The parties involved include individuals named W.E.J., Joe Friend, and T. Davoren, suggesting a collaboration or a submission related to the project's development. The file does not provide detailed information regarding the specific objectives, requirements, or context for the 3D modeling project. However, it implies a potential focus on visual or design aspects, possibly for government-related infrastructure, planning, or visual presentations. The brevity and lack of additional details make it challenging to further analyze the technical specifications or scope of the work involved. Overall, the document serves as an indication of an RFP's existence, aimed at generating interest or proposals from relevant service providers regarding 3D modeling services, thereby contributing to potential project advancements in government sectors.
    The document outlines special packaging instructions for an Extraction Tool, Primer (DOD SPI NO. AM11581663) under government specifications. It details the required materials, dimensions, and preservation methods necessary for adequate protection during transportation and storage. Essential specifications include MIL-STD-2073-1 for preservation standards, ASTM D5486 for tape requirements, and MIL-DTL-117 for bag specifications. The document mandates various packing levels, cleaning and drying processes using non-damaging methods, and void filling with crumpled Kraft paper or plastic film to ensure a secure fit inside containers. The packaging instructions are aimed at maintaining the integrity of the item, meeting military standards while providing guidance for quality performance and testing. It emphasizes the importance of compliance with specified standards to ensure durability and safety during delivery. Approved by Ron Jacobs, the distribution is noted as unlimited and the form is effective as of June 1997.
    This document provides an instructional guide on interpreting a Technical Data Package (TDP) presented as a 3Di PDF, which integrates a 3D CAD model into a viewable format for easier investigation and interaction. It outlines the structure of the 3Di PDF, including sections that detail how to open a PDF, the layout for part and assembly models, and tools available for model interaction. Key features highlighted include the combined views, which present all necessary technical information like dimensions, tolerances, and a Bill of Materials (BOM) for assemblies. Additionally, it describes the built-in toolbar for measuring and commenting, options for printing views, and navigating through the model tree to explore annotations. This user-friendly format aims to facilitate better understanding of complex technical drawings, ultimately supporting compliance and quality assurance in government-related projects such as RFPs and grants that require precise specifications.
    The document is a Technical Data Package List (TDPL) from the U.S. Army Combat Capabilities Development Command regarding the manufacturing and acceptance inspection of an extraction tool, primer (National Stock No. 1025-01-530-5873). It details specifications, technical data, and essential drawings for production, packaging, and inspection. The TDPL comprises several sections, including product, packaging, and inspection drawings, as well as specifications crucial for bidding and manufacturing. Key highlights include the security classification as non-classified and a distribution statement that permits public release and unrestricted distribution. The document lists necessary specifications and standards, including MIL-W-63150 and discusses requirements for engineering changes and quality assurance. It emphasizes that the absence of any specification does not exempt compliance and provides guidelines for citing references within the document. This document serves as a roadmap for contractors engaged in the production and quality assurance processes related to the extraction tool, ensuring all industry standards and military specifications are met. Its structured approach facilitates clear communication about technical requirements crucial to fulfilling government contracts effectively.
    This document outlines special packaging instructions for the "Extraction Tool, Primer," which is identified by part number AM11581663 and national stock number 1025-01-530-5873. It specifies the required military preservation methods, materials for packaging, and cleaning processes in accordance with various Military Standards, particularly MIL-STD-2073-1. The packaging must include cushioning, appropriate tape, a specific bag (MIL-DTL-117), and a box (ASTM D5118). The document emphasizes that all items must be cleaned and dried without harm before packaging, with void spaces filled with crumpled Kraft paper or plastic film for secure packing. Furthermore, it establishes the need for compliance with quality performance and testing requirements, and highlights that variations in weights and sizes may occur. The overall goal of these instructions is to ensure the safe and efficient packaging of sensitive military items for reliable distribution. This falls within the broader context of government RFPs and procurement, emphasizing the importance of adherence to military specifications for operational effectiveness and safety.
    The document is a Request for Quotation (RFQ) from the U.S. Army Contracting Command for a Firm Fixed Price contract related to the supply of Extractor, Primer components for howitzers. The RFQ, which is not a small business set-aside, outlines essential details including the scope of supplies, required quantities, pricing structure, delivery schedules, and specific technical data requirements. The key items include a total quantity of 296 units of the Extractor, Primer, to be delivered within 240 days after award, and the associated technical data package is accessible via the System for Award Management. Additionally, contractors must comply with various guidelines such as military packaging and marking standards, unique item identification, and strict inspection protocols. The document emphasizes the importance of adhering to specified technical and quality assurance standards while highlighting the necessity for contractors to register and participate in the System for Award Management. This RFQ demonstrates the government's commitment to procuring critical military components efficiently while ensuring compliance with federal regulations and standards.
    Lifecycle
    Similar Opportunities
    Solicitation - Holder, Ammunition NSN: 1398-01-330-9529
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a Firm Fixed Price Contract to supply "Holder, Ammunition" (NSN: 1398-01-330-9529) for the M1 Abrams Family of Vehicles. This procurement is set aside for small businesses and includes a production quantity of three units, with an option for an additional three units, requiring delivery within 150 days after contract award. The solicitation emphasizes strict adherence to military packaging and marking standards, as well as compliance with quality assurance protocols and training requirements for handling Controlled Unclassified Information (CUI). Interested parties must submit their proposals via email to Haley Bruns by December 15, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.
    1377 - NSN 1377-01-423-2502, SQ03, CCU-133/A, Impact Initiator, P/N: 6094100-101-02 and NSN 1377-01-423-1008, SQ04, BBU-58/A, Front Mount Initiator, P/N: 6092100
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure explosives-related supplies, including the NSN 1377-01-423-2502 (Impact Initiator) and NSN 1377-01-423-1008 (Front Mount Initiator), with quantities of 67 and 73 units respectively. These items are critical components in military applications, and the procurement will adhere to strict safety and security protocols due to the nature of the explosives involved. Interested suppliers are encouraged to submit capability statements, as the government intends to negotiate with a single source under FAR 6.302, with the solicitation expected to be available no earlier than the response date for this notice. For further inquiries, potential bidders can contact Andrew Emrich at 771-229-3927 or via email at andrew.e.emrich.civ@us.navy.mil.
    10--TOMPION ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 61 units of the TOMPION ASSEMBLY, identified by NSN 1020003801254. This solicitation is part of a total small business set-aside and aims to fulfill requirements for small arms, ordnance, and ordnance accessories manufacturing, which are critical for military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and the deadline for delivery is set for 168 days after the award. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil or access the solicitation details through the DIBBS website.
    1377-00-193-8832; M363; Impulse Cartridge, MK 124 Mod 0
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of the Impulse Cartridge, MK 124 Mod 0, under contract number N00104-26-N-B015. This competitive opportunity involves the supply of explosive items, with specific requirements for safety surveys and detailed reporting as outlined in the Contract Data Requirements List (CDRL), which includes various data items such as acceptance test plans and failure analysis reports. The cartridges are critical components used in military applications, necessitating strict compliance with safety and quality standards. Interested vendors should contact Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or call 771-229-0433 for further details, as paper copies of the solicitation will not be provided.
    1420-01-365-184 CWBO
    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 explosive items under the title '1420-01-365-184 CWBO'. This opportunity is a competitive, 100 percent Small Business Set-aside, requiring bidders to provide a base quantity of 30 units, with an option for an additional 133.3 percent of the base quantity. The items sought are classified under the NAICS code 332993, focusing on ammunition manufacturing, and are critical for military operations involving guided missile components. Interested parties should note that paper copies of the solicitation will not be provided, and they must contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil for further details regarding the safety survey and explosive specifications.
    10--SEAR ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of NSN 1010011336990, specifically the SEAR ASSEMBLY. This procurement includes two lines: one for 9 units to be delivered within 333 days and another for 1 unit to be delivered within 120 days, both to DLA Distribution. The SEAR ASSEMBLY is a critical component in the manufacturing of small arms and ordnance, underscoring its importance 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, with the solicitation details available on the DLA's DIBBS website.
    1377 - 1377-00-987-3603 M514 Impulse Cartridge MK 44 MOD 0
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of 2,514 units of the M514 Impulse Cartridge MK 44 MOD 0, classified under the NAICS code 325920 for Explosives Manufacturing. This procurement involves items that contain explosives, necessitating compliance with safety regulations, including a pre-award safety survey and adherence to DFARS 252.223-7002, which outlines safety precautions for ammunition and explosives. The solicitation will be available no earlier than the response date for this notice, and interested parties are encouraged to contact Alicia Wargo at alicia.l.wargo.civ@us.navy.mil or by phone at 771-229-0601 for further details. All responsible sources may submit an offer, and the government is open to considering commercial items that meet the requirements within 15 days of this notice.
    JAU-76/A Initiator, Cartridge Actuated and JAU-77/A Initiator, Cartridge Actuated: 200 Quantity
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support Mechanical Division, is soliciting offers for the procurement of JAU-76/A and JAU-77/A Cartridge Actuated Initiators, with a total quantity of 200 units. These initiators are critical components for the F/A-18 aircraft, and the contract will require adherence to strict military specifications, including unique item identification, detailed packaging, and quality assurance standards. The solicitation has undergone amendments, with the latest deadline for offer submissions extended to December 19, 2025, at 2:00 PM Eastern Time. Interested parties should contact Alexander Bonner at alexander.j.bonner2.civ@us.navy.mil or call 17712290390 for further information.
    1377 - M688 M689 M700 M218 INITIATOR CARTRIDGE ACTUATED
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking eligible contractors to manufacture various initiator cartridges for military aircraft. The procurement includes items such as the M688, M689, M700, and M218, which are critical components for the escape systems of several aircraft models, including the A-10A/C, B-52H, and F-16A/B/C/D/N. Interested parties are invited to submit capability statements, as the government may choose to negotiate with a single source or open the solicitation to full competition. For further inquiries, contractors can contact Ashley Leonard at ashley.l.leonard4.civ@us.navy.mil or by phone at 771-229-0494.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.