Solicitation_Firing Mechanism
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 United States Army Contracting Command - Detroit Arsenal (ACC-DTA) is soliciting proposals for a Firing Mechanism (NSN: 1010-01-679-5089, PN: 12901960). This is a 100% Total Small Business Set-Aside for a one-time buy of 498 EA with a 100% option, under a Firm-Fixed-Price (FFP) contract. Proposals are due May 12, 2026, at 03:30 PM EST.
Scope of Work
Procurement of 498 Firing Mechanisms (NSN: 1010-01-679-5089, PN: 12901960), comprising a production quantity of 249 EA and an unexercised option for an additional 249 EA. A First Article Test (FAT) is required, with delivery of 1 LO within 150 days after contract award, unless waived. Various Contract Data Requirements Lists (CDRLs) are specified, including Engineering Change Proposals (ECP), Requests for Variance (RFV), and First Article Test Reports (FATR).
Contract & Timeline
- Type: Firm-Fixed-Price (FFP), One-time Buy with 100% Option.
- Set-Aside: 100% Total Small Business.
- Proposal Due: May 12, 2026, 03:30 PM EST (extended by Amendment 0002).
- Published: Original solicitation March 5, 2026; latest update April 29, 2026 (Q&A).
- Amendments: AMD 0001, 0002, and 0003 have been issued. AMD 0003 revised Sections E (Inspection and Acceptance) and I (Contract Clauses) to include necessary fill-in information.
Eligibility & Access
This opportunity is a 100% Total Small Business Set-Aside. A Technical Data Package (TDP) is associated with this procurement, which is EXPORT CONTROLLED (Distribution D). Offerors must request access via SAM.gov and possess JCP Certification (United States/Canada Joint Certification Program). Additionally, Controlled Unclassified Information (CUI) guidelines apply, requiring compliance with specific handling, storage, and disposal procedures.
Evaluation
Proposals will be evaluated based on two factors: Delivery Schedule and Price. Price is significantly more important than the Delivery Schedule. Offers must be submitted for the total quantity of items, as "All or None" applies. Delivery schedules must be sooner than or equal to the solicited schedule (300 days or 150 days if FAT is waived for CLINs 0001AA/0002AA; 150 days if FAT is waived for CLIN 0003AA).
Additional Notes
Solicitation Questions and Answers were posted on April 29, 2026, addressing technical specifications such as engineering change requests and material options. Offerors are reminded to acknowledge all amendments in their proposals. The Government will not maintain a mailing list; interested parties must periodically check SAM.gov for updates.
Contact Information
Primary Contact: Kaley Weeden (kaley.h.weeden.civ@army.mil)