OA Testing of Tomahawk 60% Initiator
ID: N00174-25-SIMACQ-E2-0036Type: Special Notice
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

EQUIPMENT AND MATERIALS TESTING- GUIDED MISSILES (H214)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract to Pacific Scientific Energetic Material Co. for the ordnance assessment testing of Tomahawk Electric Initiators. The procurement involves conducting non-destructive, environmental, and functional testing on twenty-four fleet-returned initiators to evaluate their safety, performance, and reliability, which is crucial for ensuring the operational readiness of military munitions. Interested vendors must demonstrate their capability to meet the requirements by May 28, 2025, at 10 AM (EST), and all responses should be directed to Tammy Kershner via email at tammy.r.kershner.civ@us.navy.mil. The contract will be awarded on a firm fixed-price basis, following noncompetitive procedures as outlined in FAR 13.106(b).

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for conducting non-destructive, environmental, and functional testing of twenty-four Tomahawk Electric Initiators as part of an ordnance assessment. The testing aims to evaluate the safety, performance, and reliability of aged munitions, following previous assessments conducted under a previous contract. The U.S. government will provide specific munitions for testing, while the contractor must supply all additional materials and handle any damaged or unusable items accordingly. The SOW specifies a comprehensive testing protocol, including visual inspections, electrical testing, environmental assessments, and functional testing under various conditions. Deliverables include detailed reports and data packs on testing outcomes, which must be submitted within prescribed timeframes. The document emphasizes coordination with government representatives and adherence to strict procedures to ensure quality and compliance with safety standards. This effort supports the broader mission of ensuring ordnance reliability and safety for military operations.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    1377 - 1377-00-403-4827 M758 JAU-8/A25 Initiator
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of 1,411 units of the M758 JAU-8/A25 Initiator, classified under the National Stock Number (NSN) 1377-00-403-4827. This procurement is a Total Small Business Set-Aside, focusing on explosives manufacturing, and includes specific requirements for first article testing, production lot testing, and compliance with safety regulations due to the nature of the items involved. The items are critical for military applications, necessitating adherence to stringent 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 reach out to Alicia Wargo at alicia.l.wargo.civ@us.navy.mil or by phone at 771-229-0601 for further inquiries.
    1356 - 1356-01-106-5985; WW98; Initiating Propellant; DWG: 2508738 REV AA
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support Mechanicsburg, is seeking eligible contractors to manufacture the 1356-01-106-5985 WW98 Initiating Propellant, which is utilized in the 4T HWT system. This procurement aims to gather labor, materials, and facilities necessary for the production of the specified item, with the government possessing the requisite data for the manufacturing process. The initiative is part of a full and open competition, and while this notice is not a request for competitive proposals, all interested parties are encouraged to submit capability statements by the closing date for consideration. For further inquiries, contractors can contact Kyle Slusser, Contract Specialist, at 771-229-1618 or via email at kyle.j.slusser2.civ@us.navy.mil.
    1377 - 1377004091099, MD16; 1377014411650, SS17
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of explosives-related supplies under the presolicitation notice for NSNs 1377004091099 and 1377014411650. The procurement involves a maximum quantity of 70 units, with specific delivery terms indicating that some items will be FOB Origin and others FOB Destination, and a pre-award safety survey will be required due to the nature of the items. These supplies are critical for military operations and require adherence to stringent safety and security protocols as outlined in the applicable regulations. Interested parties are encouraged to submit capability statements to the primary contact, Taytiana Quiero, at taytiana.e.quiero.civ@us.navy.mil, within 15 days of this notice, as the solicitation will be available no earlier than the response date for this synopsis.
    1377-01-356-7841 SP02 1377-01-356-7842 SP03
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for explosive items under the solicitation titled '1377-01-356-7841 SP02 1377-01-356-7842 SP03'. The procurement is restricted to Rockwell Collins, and interested contractors must be aware that a Safety Survey will be required due to the nature of the items, which are classified as explosive. This procurement is critical for maintaining operational readiness and safety in military applications. The solicitation close date has been extended to July 11, 2025, at 2:00 PM Eastern Time, and interested parties should contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil for further details.
    F-18 TLX and T-45 TLX Detonating Cord Assemblies
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking suppliers for F-18 and T-45 TLX Detonating Cord Assemblies. The procurement involves a total quantity of 3,489 units, with specific requirements for production lot testing and adherence to safety regulations due to the explosive nature of the items. These assemblies are critical for military operations, necessitating strict compliance with security and safety protocols during production and transportation. Interested vendors should contact Alicia Wargo at alicia.l.wargo.civ@us.navy.mil or by phone at 771-229-0601 for further details, as the solicitation will allow for capability statements from all responsible sources within 15 days of this notice.
    Charge Assembly, Demolition, MK 138 MOD 1 with Taggant
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the Charge Assembly, Demolition, MK 138 MOD 1 with Taggant, under a presolicitation notice. This procurement involves the supply of demolition materials, including MK 35 C4 charges, which are essential for underwater demolition operations, with an estimated minimum quantity of 500 and a maximum of 2,700 units. The anticipated contract is a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract with a ceiling of $5 million, and the award is expected in the fourth quarter of fiscal year 2026. Interested vendors should direct inquiries to Ryan Harvey at ryan.d.harvey21.civ@us.navy.mil and ensure they are registered in the System for Award Management (SAM) to participate in the bidding process.
    6135-00-883-9024 TU44
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of 263 units of the explosive item identified as 6135-00-883-9024 TU44, with an option for an additional 133 units. This competitive procurement is set aside exclusively for small businesses and requires compliance with specific safety regulations, including a Safety Survey due to the explosive nature of the item. The goods are critical safety items, and the procurement includes detailed documentation requirements outlined in the Contract Data Requirements List (CDRL), which encompasses test procedures, inspection reports, and compliance certificates. Interested parties can contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil for further details.
    1377015592164; JM96; IMPULSE CARTRIDGE, CCU-166/B
    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 Impulse Cartridge, CCU-166/B. This opportunity involves the supply of explosive items, and bidders must be prepared to provide competitive proposals, as well as drawings, with a requirement for a Safety Survey due to the nature of the product. The Impulse Cartridge is critical for military applications, emphasizing the importance of safety and compliance with explosive regulations. Interested vendors can reach out to Taytiana E. Quiero at 771-229-0433 or via email at taytiana.e.quiero.civ@us.navy.mil for further details, as paper copies of the solicitation will not be provided.
    National Stock Number: 1377015900159 DODIC FW98
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking procurement for a National Stock Number: 1377015900159, designated as DODIC FW98. This solicitation is restricted to Stratus Systems, Inc. and involves items classified as explosives, necessitating a Safety Survey and adherence to specific explosive weight and class requirements. The procurement is critical for the supply of cartridge and propellant actuated devices and components, which play a vital role in military operations. Interested parties can reach out to Andrew Emrich at 518-487-1062 or via email at andrew.e.emrich.civ@us.navy.mil for further details, noting that paper copies of the solicitation will not be provided.
    1355 - 01-620-4752 CWRT DISPENSER ASSEMBLY, WIRE, MK8 MOD 3
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking proposals for the procurement of the CWRT Dispenser Assembly, Wire, MK8 Mod 3, under solicitation number N0010426RK028. This contract involves the supply of specific components essential for military applications, with detailed requirements including packaging, inspection, and acceptance procedures, as well as first article and production lot testing. The goods are critical for the U.S. Navy's operational capabilities, and the contract stipulates adherence to quality standards such as ISO-9001:2015 and cybersecurity requirements per NIST SP 800-171. Interested vendors should contact McKenzy Harris at 717-605-1368 or via email at mckenzy.s.harris.civ@us.navy.mil for further details and to ensure compliance with submission deadlines.