M182A1- Gear Cutting
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 Army / W6QK ACC-RI is soliciting proposals for M182A1- Gear Cutting services to support the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC) in Rock Island, IL. This acquisition, conducted under FAR Part 12 (Acquisition of Commercial Items), seeks specific gear components. Proposals are due May 25, 2026, at 0800 AM Central Time Zone.
Scope of Work
This opportunity requires the procurement of several gear components, identified by specific CLINs and associated drawing numbers. Key items include:
- CLIN 0001: Gear Ring Variable Recoil (IAW DRAWING 10925680 - REV J), Quantity: 26
- CLIN 0002: GearShaft Bevel (IAW DRAWING 10953662- REV EZ01), Quantity: 23
- CLIN 0003: Gear Sector Variable Recoil (IAW DRAWING 10925678 - REV FZ01), Quantity: 44
- CLIN 0004: Gear Shaft Bevel (IAW DRAWING 10923030 REV H), Quantity: 20
- CLIN 0005: Gear Spur Variable Recoil (IAW 10925679 REV G), Quantity: 26
A Certificate of Conformance and Distribution A Drawings are required for all items. The Technical Data Package (Attachment 0001) includes the Statement of Work (SOW), Drawings, and Quality Assurance Plan (QAP).
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) purchase order.
- Period of Performance: Delivery for all CLINs is required by September 15, 2026.
- Set-Aside: UNRESTRICTED
- NAICS Code: 332710
- Proposal Due: May 25, 2026, at 0800 AM Central Time Zone.
- Published: April 17, 2026
Evaluation
Award will be made to the lowest price, responsive, and responsible contractor whose quote conforms to the terms and conditions and represents the lowest total evaluated price. The evaluation will follow a "Lowest Price Technically Acceptable" methodology.
Submission & Additional Notes
Quotes must include delivery of supplies to Rock Island Arsenal, IL 61299. Offerors must complete FAR 52.204-24 if not already completed in SAM. A Certificate of Conformance and Certified Test Report must be provided with each shipment. On-time delivery is critical; failure to comply may result in termination or consideration for extending delivery. Payment will be made by DFAS via Wide Area Workflow (WAWF).
Primary Contact: Meredith Sharlene Blocker (meredith.s.blocker.civ@army.mil).