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
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Feb 18, 2025, 10:00 PM UTC
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
Jan 17, 2025, 2:05 PM UTC
Jan 17, 2025, 2:05 PM UTC
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.
Jan 17, 2025, 2:05 PM UTC
Jan 17, 2025, 2:05 PM UTC
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.
Jan 17, 2025, 2:05 PM UTC
Jan 17, 2025, 2:05 PM UTC
Jan 17, 2025, 2:05 PM UTC
Jan 17, 2025, 2:05 PM UTC
Jan 17, 2025, 2:05 PM UTC
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.
Jan 17, 2025, 2:05 PM UTC
Jan 17, 2025, 2:05 PM UTC
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.
Jan 17, 2025, 2:05 PM UTC
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
Title
Type
Solicitation
Sources Sought
Similar Opportunities
Receiver, Cartridge
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for a firm-fixed-price contract to procure 175 units of the Receiver, Cartridge, identified by part number 12997555 and NSN 1010-01-492-2118. This procurement is critical for supporting military operations, as the Receiver, Cartridge is a key component in small arms and ordnance systems. The solicitation has transitioned to full and open competition, following an amendment that removed the small business set-aside clause, with the effective date of this change being April 23, 2025. Interested contractors must submit their quotations to the primary contact, Lindsey Rossi, at lindsey.rossi@dla.mil or by phone at 586-208-1059, and are reminded to acknowledge receipt of the amendment to ensure their proposals are considered.
10--CONTACT ASSY,FIRING
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 62 units of the CONTACT ASSY, FIRING (NSN 1005007545267). The delivery of these items is required at the DLA Distribution Depot Hill, with a timeline of 576 days after order (ADO) for the first line item and 90 days ADO for the second line item. This procurement is critical for maintaining operational readiness and support for military weapon systems, as it falls under the category of small arms and ordnance manufacturing. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
1377-01-211-7211; MJ21; NOMEN CARTRIDGE, ELECTRICAL, CCU-92/A
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 the MJ21 NOMEN Cartridge, Electrical, CCU-92/A. This opportunity is restricted to Pacific Scientific, AZ, and involves items classified as explosive, necessitating a Safety Survey and adherence to specific explosive weight and class requirements. The procurement is critical for military operations, as the cartridges are essential components in various defense applications. Interested parties can reach out to Taytiana E. Figueroa at 717-605-3619 or via email at taytiana.e.figueroa.civ@us.navy.mil for further details, noting that paper copies of the solicitation will not be provided.
Solicitation (Amendment 0001) For: Weapon Controller Grip Assembly, NSN 1290-01-429-2389
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is soliciting proposals for a Firm-Fixed-Price contract for the supply of Weapon Controller Grip Assemblies, designated under NSN 1290-01-429-2389. This procurement is a total small business set-aside, requiring vendors to provide 26 units of the specified item, an increase from the previously required 23 units, with delivery schedules adjusted accordingly. These grip assemblies are critical components for the M1 Abrams Family of Vehicles, emphasizing the importance of maintaining military supply chains. Interested parties must submit their proposals electronically by April 30, 2025, and are encouraged to contact Asoma Al Najjar at asoma.a.alnajjar.civ@army.mil for further inquiries.
RECOIL MECHANISM,20
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the RECOIL MECHANISM,20, under a fixed-price contract. The procurement aims to ensure the operational readiness of critical safety items, with a required Repair Turnaround Time (RTAT) of 155 days and government source inspection mandated for all repaired items. This contract is vital for maintaining the functionality of small arms and ordnance systems, which are essential for national defense operations. Interested contractors should submit their quotes, including pricing and capacity constraints, to Genevieve E. Miller at GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL or by phone at 717-605-6457, with all submissions adhering to the specified guidelines and deadlines.
INITIATOR,CARTRIDGE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of 20 units of initiator cartridges, classified under the NAICS code 325920 for Explosives Manufacturing. This solicitation aims to fulfill critical requirements for cartridge and propellant actuated devices and components, which are essential for various defense applications. The contract is significant for maintaining operational readiness and supporting national defense initiatives. Interested vendors should note that the solicitation closes on April 25, 2025, and can reach out to Christina Foley at 215-697-0484 or via email at christina.m.foley5.civ@us.navy.mil for further inquiries.
1377-01-489-5511 WB53
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 1,586 units of explosive items classified under the NAICS code 325920, which pertains to Explosives Manufacturing. The procurement requires compliance with safety regulations, including a Safety Survey, and detailed specifications regarding explosive weight and class are outlined in the solicitation. These items are critical for military operations, emphasizing the importance of reliability and safety in their manufacturing and delivery. Interested vendors can obtain further information by contacting Connor Fry at 717-605-4048 or via email at connor.fry@navy.mil, as paper copies of the solicitation will not be provided.
Receiver, Cartridge
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking qualified contractors for the procurement of a Receiver, Cartridge, under a Firm-Fixed Price contract. The solicitation, which is set to be posted by November 20, 2024, specifies a requirement for 132 units of the Receiver, Cartridge, identified by NSN 1010-01-492-2118 and part number 12997555, with an option for additional quantities. This procurement is critical for military operations, as the Receiver is a component used in firearms, emphasizing the importance of quality and reliability in the manufacturing process. Interested contractors are encouraged to direct their quotations and inquiries to Lindsey Rossi at lindsey.rossi@dla.mil or by phone at 586-208-1059, as contractors are unable to upload documents to beta.SAM.gov.
Firing Mechanism
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking information from businesses regarding their capabilities to produce a Firing Mechanism (NSN 1010-01-679-5089). This Sources Sought Notice aims to gather insights to assist in the planning of a potential future contract, focusing on the manufacturing capabilities, production capacity, lead times, pricing, and quality management systems of interested vendors. The Firing Mechanism is critical for defense applications, and the information collected will help inform the government's procurement strategy while ensuring the protection of proprietary data. Responses to the notice are voluntary and must be submitted by April 24, 2025; interested parties can reach out to MaKenzie Bailey at makenzie.d.bailey.civ@army.mil or Mark Hilson at mark.d.hilson.civ@army.mil for further details.
1377 - 1377-01-063-3162 MD65, 1377-01-063-3165 MD66, 1377-01-364-7322 MT95, 1377-00-103-3434 M190
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of impulse cartridges, including various models such as the CCU-45/B, CCU-44/B, CCU-107/B, and MK2 MOD1. The contract involves the delivery of a total of 31,633 units, with specific requirements for first article testing, production lot testing, and contractor data requirements, all of which are subject to safety regulations due to the explosive nature of the items. These cartridges are critical components used in military operations, necessitating strict adherence to security and safety protocols during transportation and handling. Interested vendors should note that the solicitation will be available no earlier than the response date for this presolicitation notice, and they can contact Alicia Wargo at 717-605-7361 or via email at alicia.l.wargo.civ@us.navy.mil for further details.