6135 - 6135-01-513-1499 CWOD Battery, Lithium MK 132 Mod 1
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) is soliciting for JP09, JP10, JP11, JP12, and JP13 Generator Gas Pressure Propellant Actuated units. These generators are critical for V-22 series aircraft fire suppression systems. This procurement is restricted to General Dynamics OTS. Offers are due by March 25, 2026, at 02:00 PM Eastern Standard Time.
Scope of Work
This solicitation seeks to procure gas pressure propellant actuated generators that replace older SS89-SS93 models. These units provide essential gearbox and mid-wing dry bay fire suppression capabilities for USAF, USN, USMC, and Foreign Military Sales (FMS) V-22 series aircraft. The effort includes various Contract Line Item Numbers (CLINs) for different generator models, technical data (DD Form 1423, Exhibit A), production lot test samples, and investigative units.
Contract & Timeline
- Type: Firm Fixed Price (contemplated)
- Delivery: 300 to 585 calendar days from contract award
- Restriction: Restricted to General Dynamics OTS
- Offers Due: March 25, 2026, at 02:00 PM Eastern Standard Time
- Published: March 4, 2026 (latest amendment)
Key Requirements
- Identification: Item identification and valuation per DFARS 252.211-7003, requiring DoD unique identification or equivalent. Human Readable Information (HRI) and Machine Readable Information (MRI) markings are mandatory, adhering to MIL-STD-130 and DoD UID Guide (Data Matrix ECC 200).
- Packaging & Safety: Packaging, marking, and transportation must comply with MIL-STD-129, MIL-STD-2073, CFR 49 171-178, MIL-STD-130, and DLAR 4145.41. Traceable seals are required for ammunition and ordnance items. Energetic materials and components must not exceed twenty-four (24) months from the original manufacturing or retest date. Compliance with DoD Manual 4145.26, DoD Contractors' Safety Manual for Ammunition and Explosives, is required, and a Safety Survey will be necessary due to the explosive nature of the items.
- Documentation: A Contract Data Requirements List (CDRL) details specific data items (A001-A011) and their submission requirements. Ammunition Data Cards (ADCs) must be prepared for USAF & USN in accordance with MIL-STD-1168, MIL-STD-962, and the Worldwide Ammunition-data Repository Program (WARP) format, ensuring full traceability of energetic materials and hardware components.
- Technical Data: A limited drawing package is available, but drawings are not provided on CD.
Submission & Contact
Proposals must be submitted electronically in Excel format with formulas intact. Evaluation factors for award are detailed in Section M of the solicitation. Primary Contact: Ashley Leonard, ashley.leonard@navy.mil, 717-605-1686.