1377 - 1377-00-777-5670; M492; Cutter, Cartridge Actuated MK18 MOD 0; Source Control Drawing: DL2518207

SOL #: N0010426QK034Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Explosives Manufacturing (325920)

PSC

Cartridge And Propellant Actuated Devices And Components (1377)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 3, 2025
2
Last Updated
Apr 24, 2026
3
Response Deadline
Nov 24, 2025, 4:00 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy (NAVSUP Weapon Systems Support Mech) is soliciting proposals for the procurement of Cutter, Cartridge Actuated MK18 MOD 0 (NSN: 1377-00-777-5670, DODIC: M492). This item is a Critical Safety Item (CSI) and is explosive, requiring a safety survey. The acquisition is a 100% Small Business Set-Aside. Proposals are due May 4, 2026, at 1400 EST.

Scope of Work

The primary deliverable is the Cutter, Cartridge Actuated MK18 MOD 0, which is used as a recovery parachute's nylon reefing line on USN BQM-34S target vehicles. Key requirements include adherence to DFARS 252.211-7003 for item identification, specific packaging, marking, and transportation per MIL-STD and DLAR specifications. Offerors must possess ballistic test fixtures and capabilities. The energetic materials and components must meet specific age and traceability requirements, and all safety precautions for ammunition and explosives, including DoD Manual 4145.26 and DoD Manual 5100.76 for safeguarding sensitive AA&E, must be followed. NIST SP 800-171 DoD Assessment requirements also apply.

Contract & Timeline

  • Type: Firm Fixed Price (FFP)
  • Set-Aside: 100% Small Business
  • NAICS: 325920 (Small business size standard: 750 employees)
  • Solicitation Issue Date: January 14, 2026
  • Proposal Due Date: May 4, 2026, at 1400 EST (as clarified by Amendment 4)

Submission & Evaluation

Offers must be submitted electronically via email to Kyle Slusser (kyle.j.slusser2.civ@us.navy.mil). The email size limit is 10 MB, and zip files will be stripped. The government intends to award without discussions, so any exceptions must be raised prior to submission. Evaluation will consider price and non-price factors, including past performance (quality and timeliness of delivery). First Article Testing (FAT) is required, and its estimated cost of $117,260.00 will be a factor in the evaluation. Offerors lacking relevant past performance will receive a neutral rating.

Additional Notes

Paper copies will not be provided. Drawings are available but not on CD. Several attachments and exhibits are referenced in the solicitation, including CDRLs, ADC Master, ADC SOW, CAD/PAD Item Marking Instruction, and RFV Form.

People

Points of Contact

Kyle Slusser, Contract Specialist, kyle.j.slusser2.civ@us.navy.milPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Solicitation
Posted: Apr 24, 2026
View
Version 4
Solicitation
Posted: Mar 25, 2026
View
Version 3
Solicitation
Posted: Jan 14, 2026
View
Version 2
Solicitation
Posted: Jan 14, 2026
View
Version 1Viewing
Sources Sought
Posted: Nov 3, 2025