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 Firm-Fixed-Price (FFP) contract for Firing Mechanisms (NSN: 1010-01-679-5089). This is a 100% Total Small Business Set-Aside for a one-time buy with a 100% option. Proposals are due July 10, 2025, at 12:00 PM EST.
Scope of Work
This solicitation seeks to procure Firing Mechanisms, Part Number (PN): 12901960, with a total quantity of 498 EA, including a 100% option. Key deliverables include the Firing Mechanism, CA. A First Article Test (FAT) is required, with delivery of 1 LO within 150 days after contract award, unless a waiver is granted. Various Contract Data Requirements Lists (CDRLs) are specified, covering items such as Engineering Change Proposals (ECP), Requests for Variance (RFV), First Article Test Reports (FATR), and Test/Inspection Reports.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 1010 (Guns, Over 30 Mm Up To 75 Mm)
- Quantity: 249 EA production, plus 249 EA unexercised option (total 498 EA)
- Period of Performance: Not explicitly stated, but includes production and an option period.
Submission & Evaluation
- Proposal Due: July 10, 2025, 12:00 PM EST.
- Submission Method: Electronically via email to the Contract Specialist and Contracting Officer.
- Offer Requirement: Offers must be submitted for the total quantity of items; "All or None" applies.
- Evaluation Factors: Proposals will be evaluated based on Delivery Schedule and Price. Price is significantly more important than the Delivery Schedule.
- Delivery Schedule: Offers must propose a delivery date equal to or sooner than the solicited schedule (300 days or 150 days if FAT is waived for CLINs 0001AA and 0002AA; 150 days if FAT is waived for CLIN 0003AA). Alternative delivery schedules are not permitted for CLIN 0003AA.
Key Requirements & Notes
- Technical Data Package (TDP): An EXPORT CONTROLLED, Distribution D TDP is associated with this procurement. Access requires a request via SAM.gov and JCP Certification (United States/Canada Joint Certification Program).
- Controlled Unclassified Information (CUI): Bidders must comply with strict guidelines for handling, storing, transmitting, and disposing of CUI, including mandatory DoD CUI training and Non-disclosure Agreements.
- FAT Waiver: A "First Article - Waiver Worksheet" is provided for contractors to request a waiver or partial waiver of FAT requirements, requiring detailed justification and supporting documentation.
- Amendments: The solicitation will be issued electronically, and interested parties are responsible for periodically checking SAM.gov for any amendments.
- Questions: All questions must be directed via email to Contract Specialist Kaley Weeden (kaley.h.weeden.civ@army.mil) by July 10, 2025, 12:00 PM EST.