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 Generators, Gas Pressure, Propellant Actuated. These generators are critical for gearbox and mid-wing dry bay fire suppression on USAF, USN, USMC, and FMS V-22 series aircraft. This procurement is restricted to General Dynamics OTS. The proposal due date has been extended to April 28, 2026, at 02:00 PM Eastern Time.
Scope of Work
This solicitation covers the procurement of specific models of propellant actuated generators, replacing older SS89-SS93 models. The effort includes various Contract Line Item Numbers (CLINs) for technical data (DD Form 1423), production lot test samples, and investigative units. Items are explosive, requiring a Safety Survey and compliance with DoD Manual 4145.26, DoD Contractors' Safety Manual for Ammunition and Explosives.
Contract & Timeline
- Type: Contemplated Firm Fixed Price
- Restriction: Restricted to General Dynamics OTS
- NAICS: 325920 (750 employees)
- CMMC Requirement: CMMC Level 2 (C3PAO) or CMMC Level 2 (Self)
- Proposal Due: April 28, 2026, at 02:00 PM Eastern Time
- Published: April 8, 2026 (latest amendment)
- Delivery: Schedules range from 300 to 585 calendar days from award.
Key Requirements
Offerors must adhere to stringent technical and data requirements:
- Marking: Item identification per DFARS 252.211-7003, Human Readable Information (HRI) and Machine Readable Information (MRI) markings (Data Matrix ECC 200) in accordance with MIL-STD-130 and DoD UID Guide.
- Packaging: Compliance with MIL-STD-129, MIL-STD-2073, and CFR 49. Traceable seals are required for ammunition and ordnance items.
- Materials: Energetic materials and components must not exceed twenty-four (24) months from original manufacturing or retest date.
- Data Deliverables: A comprehensive Contract Data Requirements List (CDRL) is required, including items such as Obsolescence Alert Notices, DMSMS Health Assessments, Project Planning Charts, Production Lot Test Samples, Failure Summary and Analysis Reports, and Ammunition Data Cards (ADCs). ADCs must be prepared using the Worldwide Ammunition-data Repository Program (WARP) format, ensuring full traceability of energetic materials and hardware components.
Submission & Evaluation
Proposals must be submitted electronically, with specific formats (e.g., Excel with formulas intact). Evaluation factors are detailed in Section M of the solicitation.
Additional Notes
Multiple amendments have been issued, primarily extending the proposal due date and clarifying cybersecurity maturity model certification (CMMC) requirements. A limited drawing package is available, but drawings are not provided on CD. Contact: Ashley Leonard, ashley.leonard@navy.mil, 717-605-1686.