MS94, MS95, MS96, MS97

SOL #: N0010426RK044Solicitation

Overview

Buyer

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 17, 2025
2
Last Updated
Jan 29, 2026
3
Submission Deadline
Feb 17, 2026, 6:00 PM

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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting proposals for Canopy Severance Assemblies (MS94, MS95, MS96, MS97) and Window Cutter Assemblies (MS95, MS96, MS97). These critical components are for the AH-64 Apache helicopter, designed to facilitate crew escape by fracturing acrylic doors and windows. This is a Firm Fixed-Price solicitation, with proposals due by March 31, 2026.

Scope of Work

The procurement includes various quantities of both Canopy Severance Assemblies (DODIC MS94-MS97) and Window Cutter Assemblies (DODIC MS95-MS97) for FY25 and FY26. Requirements encompass production lots, technical data, and production lot test samples. Key specifications include:

  • Adherence to Source Control Drawings.
  • Compliance with DFARS 252.211-7003 for Item Identification and Valuation.
  • Technical Data submission per DD Form 1423, Exhibit A.
  • Packaging and Marking in accordance with MIL-STD-129, MIL-STD-2073, CFR 49 171-178, MIL-STD-130, DLAR 4145.41, and MIL-DTL-85097E (OS).
  • Unique Item Identification (UII) is required for serialized items.
  • Inspection and Acceptance involve production lot testing at both Contractor and Government facilities.
  • Energetic Materials must not exceed 24 months from manufacturing or retest date.
  • Safety Precautions must comply with DoD Manual 4145.26, DoD Contractors' Safety Manual for Ammunition and Explosives.
  • Option Line Items (0005-0008) represent 100% options for CLINs 0001-0004, with potential quantity changes.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Set-Aside: None specified (Small business participation is an evaluation factor)
  • Period of Performance: Delivery schedules range from 60 to 780 days after the Date of Award.
  • Proposal Due: March 31, 2026, 02:00 PM local time.
  • Published Date: January 29, 2026 (Notice Date)

Evaluation

Award will be based on a best value determination, considering Past Performance, Small Business Participation, and Price. Past Performance is weighted more heavily than Small Business Utilization and Price.

Additional Notes

Electronic submission of proposals is required. The solicitation includes numerous DFARS and FAR clauses. Foreign Military Sales (FMS) are included for various CLINs, and Unique Item Identification (UII) is mandatory for all items. Questions are due one week prior to the closing date.

People

Points of Contact

stacey.l.romberger.civ@us.navy.milPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Jan 29, 2026
View
Version 3
Solicitation
Posted: Dec 29, 2025
View
Version 2Viewing
Solicitation
Posted: Dec 29, 2025
Version 1
Pre-Solicitation
Posted: Nov 17, 2025
View
MS94, MS95, MS96, MS97 | GovScope