1377 - M688 M689 M700 M218 INITIATOR CARTRIDGE ACTUATED
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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) has issued a Solicitation for Initiator Cartridge Actuated devices, specifically M688, M689, M700, and M218 Initiator Cartridges. This is a 100% Total Small Business Set-Aside (FAR 19.5). These critical safety items are used in various aircraft platforms. Proposals are due June 9, 2026, at 02:00 PM Eastern time.
Scope of Work
This solicitation procures various quantities of:
- Initiator, Cartridge Actuated, M99 (DODIC M688)
- Initiator, Cartridge Actuated, M53 (DODIC M689)
- Initiator, Cartridge Actuated, M27 (DODIC M700)
- Impulse Cartridge, M91 (DODIC M218)
Requirements include compliance with DFARS 252.211-7003 for item identification and valuation, various MIL-STD and CFR regulations for packaging, marking, and transportation, and ISO-9001:2015 for quality. CMMC Level 2 compliance is required for information systems processing FCI or CUI.
Key deliverables include a comprehensive Contract Data Requirements List (CDRL) specifying items like Obsolescence Alert Notices, DMSMS Health Assessment Reports, Test/Inspection Reports, Failure Summary and Analysis Reports, and Ammunition Data Cards (ADCs). Contractors must adhere to detailed CAD/PAD Marking Instructions, including Item Unique Identifiers (IUID) and Data Matrix ECC 200 for both Human Readable and Machine Readable Information. ADC preparation must follow MIL-STD-1168 and be submitted via the Worldwide Ammunition-data Repository Program (WARP), ensuring traceability of energetic materials.
Bidders should also be aware of a specific Request for Variance (RFV) related to a JM60 Catapult battery voltage check for the Inflation Device, Water Activated FLU-11/A, affecting specific lots, though it indicates no cost or schedule impact.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: June 9, 2026, at 02:00 PM Eastern time (extended by Amendment 1)
- Published Date: April 20, 2026
- Notice Identifier: 8d504b994a3c4bc492fee2442f32ce0d
Submission & Evaluation
Proposals must be submitted electronically via email to ashley.l.leonard4.civ@us.navy.mil. Emails should not exceed 10MB; multiple emails are permitted. The Government will use a best value tradeoff approach, evaluating past performance (up to four contract examples) and price. The Government may award without discussions. Questions must be submitted no later than one week prior to the solicitation closing date.
Contact Information
- Primary Point of Contact: Ashley Leonard
- Email: ashley.l.leonard4.civ@us.navy.mil
- Phone: 7712290494