Solicitation, Fixture, Test, Fire, Control Instrument, NSN: 4931-00-769-1596
ID: W912CH-25-Q-0042_SolicitationType: Solicitation
Overview

Buyer

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

NAICS

Other Electronic Component Manufacturing (334419)

PSC

FIRE CONTROL MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4931)

Set Aside

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

    The Department of Defense, specifically the Army, is soliciting proposals for a firm-fixed price contract to procure a Fixture, Test, Fire, Control Instrument (NSN: 4931-00-769-1596) related to the M109 heavy howitzer system. This procurement is set aside exclusively for small businesses, with an estimated quantity of two units required. The solicitation emphasizes compliance with military specifications and mandates that bidders possess a current DD 2345 certification to access the technical data package (TDP), which is export-controlled. Interested parties must submit their proposals by July 24, 2025, and can direct inquiries to Rachel Gervais at rachel.r.gervais.civ@army.mil or by phone at 520-692-8435.

    Point(s) of Contact
    Files
    Title
    Posted
    The Operations Security (OPSEC) Plan for the Army Contracting Command - Detroit Arsenal (ACC-DTA) outlines the essential framework for safeguarding critical information related to military operations. The plan emphasizes the importance of protecting both classified and controlled unclassified information (CUI) from adversaries to ensure operational effectiveness. It establishes a systematic five-step process for identifying, analyzing, and mitigating vulnerabilities, which includes identifying critical information, assessing threats, analyzing weaknesses, evaluating risks, and applying protective measures. Key responsibilities are assigned to ACC-DTA leadership, OPSEC officers, public affairs officers, and all personnel, ensuring a collective commitment to OPSEC practices. Comprehensive training is mandated to enhance awareness among soldiers, civilians, and contractors. The document also includes guidelines for secure communications, IT security, and the proper handling of sensitive materials to prevent unauthorized disclosures, alongside appendices detailing critical information lists, threats, OPSEC measures, and guidance for utilizing social media safely. Overall, this OPSEC plan reinforces the need for vigilance and coordinated efforts in maintaining national security within the operation and contracting processes at ACC-DTA, ultimately aiming to fortify the Army’s mission success against potential adversarial information exploitation.
    This document is an amendment to a solicitation related to a contract for supply and priced orders concerning a heavy howitzer (M109). The amendment specifically introduces a DFARS clause, 252.223-7001, regarding Hazard Warning Labels, which mandates that contractors label hazardous materials delivered under the contract in accordance with applicable regulations like the Hazard Communication Standard. The document outlines the procedures for contractors to acknowledge the amendment and submit hazard warning labels along with Material Safety Data Sheets before the award. All other terms and conditions of the original solicitation or contract, identified by solicitation number W912CH-25-Q-0042, remain unchanged. The buyer responsible for this solicitation is Rachel R. Gervais from the Army Corps of Engineers. This amendment highlights the importance of safety in the delivery of hazardous materials within government contracts.
    This document is an amendment to a federal solicitation for a firm fixed-price contract related to supply orders for the M109 heavy howitzer system. The primary purpose of the amendment is to extend the offer due date from July 10, 2025, to July 24, 2025. It outlines the requirements for contractors to acknowledge the receipt of the amendment to ensure their offers are considered valid. Additionally, it states that all other terms and conditions of the original solicitation remain unchanged and in full effect. The amendment was issued by Rachel R. Gervais and emphasizes the importance of timely acknowledgment for compliance with the solicitation's stipulations. This extension allows contractors additional time to prepare and submit their proposals, promoting thoroughness and competitiveness in the bidding process.
    The document is a Request for Quotation (RFQ) from the U.S. Army, specifically for a firm-fixed price contract regarding the procurement of a test fixture for fire control (NSN: 4931-00-769-1596) related to a heavy howitzer system. This solicitation is open to all businesses, with a total small business set-aside clause indicating certain limitations for proposal submissions. The RFQ outlines critical guidelines for bids, including proposal submission through the System for Award Management (SAM) and the necessity for bidders to hold a current DD 2345 certification for access to the associated Technical Data Package (TDP). The document emphasizes compliance with Military specifications for packaging, marking, and inspection. Proposals must address all items included in the RFQ to be considered responsive, and questions related to the solicitation must be submitted by a specified deadline. Additionally, it contains extensive details regarding security protocols for handling Controlled Unclassified Information (CUI) and the destruction of sensitive materials after contract completion. This RFQ highlights the Army's intent to procure necessary components efficiently while ensuring adherence to legal and compliance frameworks in government contracting.
    Lifecycle
    Similar Opportunities
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.
    Solicitation, Adapter Housing, NSN: 3040-01-531-4475
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of "Adapter, Housing" (NSN: 3040-01-531-4475) intended for the Howitzer, 155MM, M777E1 weapon system. This opportunity is a Total Small Business Set-Aside, requiring a base quantity of 938 units with an option for an additional 938 units, and mandates a First Article Test (FAT) along with a FAT Report as part of the submission process. Interested contractors must be registered in SAM, possess a current DD 2345 for access to the export-controlled Technical Data Package (TDP), and adhere to specific quality standards, including ISO 9001:2015. The solicitation closes on December 17, 2025, at 5:00 PM local time, with questions due by December 3, 2025, at 12:00 PM EST; for further inquiries, contact Rachel Gervais at rachel.r.gervais.civ@army.mil or by phone at 520-692-8435.
    NSN 6110-01-685-1937 Brake, Elevation Drive
    Dept Of Defense
    The Defense Logistics Agency (DLA) is preparing to solicit bids for the procurement of the Brake, Elevation Drive, identified by NSN 6110-01-685-1937, which is a critical component for the M109A Howitzer system. The agency seeks responsible sources capable of manufacturing and delivering this item in compliance with Department of Defense specifications, demonstrating current production capacity, and providing documentation that meets applicable military standards. This procurement is vital for maintaining the operational readiness of military armored vehicles, particularly in enhancing the functionality of the Howitzer system. Interested vendors should submit their company information, capability statements, and relevant certifications to Justin Stoner at justin.stoner@dla.mil by the specified deadline, as the Technical Data Package will be made available to qualified vendors upon solicitation release.
    Solicitation for Gunner Shield Kit; NSN: 2510-01-498-4996
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the Gunner Shield Kit (NSN: 2510-01-498-4996) under a five-year Firm Fixed Price contract. The procurement aims to acquire up to 1,200 units of the Gunner Shield Kit, which is critical for military vehicle operations, ensuring enhanced protection and functionality. Interested vendors must comply with specific requirements, including First Article Testing, military packaging standards, and ISO 9001:2015 certification, while also obtaining access to export-controlled technical data through the Joint Certification Program (JCP). Proposals are due to the primary contact, Nikhil Patel, via email by the specified deadline, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) method.
    NOM: CONSOLE, TEST CONTROL; WSDC: [69F/ END ITEM: MUNITIONS LIFT TRAILER; PR: 7010462761 NSN: 4920-016807968: IAW: P/N 180348-100 RFP: SPE4A526R0086
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Console, Test Control, specifically identified by NSN 4920-016807968 and part number 180348-100, with a quantity of one unit required. This procurement is unrestricted and is intended for the Munitions Lift Trailer, with the original equipment manufacturer being Hydraulics International, Inc. The delivery schedule is set for 185 days after receipt of order, with inspection and acceptance occurring at the destination. Interested parties must submit their proposals within 45 days of the notice publication, with the anticipated solicitation issue date on or about December 3, 2025, and a closing date of January 2, 2026. For further inquiries, potential offerors can contact Diana Bell at 445-737-4550 or via email at diana.bell@dla.mil.
    48--FIXTURE,HOT GUN
    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 fixture, hot gun (NSN 4820014601507). This solicitation is a source-controlled drawing item, with the approved source being GD-001, and requires that all items meet the specifications outlined in the associated drawing. The goods are critical for military applications, ensuring the functionality and reliability of valve systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The deadline for delivery is set for 129 days after award, and hard copies of the solicitation are not available.
    Life Cycle Sustainment (LCS) for the M777A2 Medium Towed Howitzer REDACTED D&F
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Life Cycle Sustainment (LCS) of the M777A2 Medium Towed Howitzer. This procurement aims to ensure the operational readiness and longevity of the howitzer, which is a critical asset in the U.S. Army's artillery capabilities. The opportunity is categorized under miscellaneous weapons, reflecting the importance of maintaining and supporting advanced military equipment. Interested parties can reach out to Michael J. Gomez at michael.j.gomez50.civ@mail.mil or Kristina Catalano at kristina.l.catalano.civ@army.mil for further details regarding the contract specifics and requirements.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking proposals for the procurement of 100 Smart Thor HD 384 Thermal Sights as part of a Foreign Military Sales initiative for Tunisia. This requirement includes specific technical specifications such as a Focal Point Array size not larger than 640x512, a 384x288 sensor, and a magnification range of 4.5-18x, with a human detection range of up to 1500 meters. The contract is a total small business set-aside under NAICS Code 334511, emphasizing the importance of these thermal sights for military operations. Interested contractors must submit their quotes by 10:00 AM EST on December 18, 2025, and are encouraged to direct any inquiries to Charrissa Stancell at charrissa.m.stancell.civ@army.mil before the deadline for questions on December 11, 2025.
    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.
    12--TELESCOPE,ELBOW
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 315 units of the Telescope, Elbow (NSN 1240014905099). This procurement is a Total Small Business Set-Aside, aimed at acquiring essential fire control equipment that plays a critical role in military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, with the delivery expected at DLA Distribution Red River within 127 days after order placement.