NSN: 1377-01-215-4821 DODIC: XW52

SOL #: N0010426QK060Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Explosives Manufacturing (325920)

PSC

Cartridge And Propellant Actuated Devices And Components (1377)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 18, 2026
2
Submission Deadline
Mar 6, 2026, 6:00 PM

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, has issued a Request for Quotation (RFQ) for the procurement of JAU-25/A Mechanical Actuated Initiators (NSN: 1377-01-215-4821, DODIC: XW52). This procurement is restricted to Chemring and Rockwell Collins. Quotations are due by March 6, 2026, 6:00 PM EST.

Scope of Work

This opportunity seeks to acquire JAU-25/A Mechanical Actuated Initiators, identified by DODIC XW52 and Drawing 850AS130. Key requirements include:

  • Technical Data: Submission of data items as specified in the Contract Data Requirements List (CDRLs), including Test/Inspection Reports and Ammunition Data Cards (ADCs). ADCs must be prepared according to MIL-STD-1168, tailored for the CAD/PAD program, and uploaded to the Worldwide Ammunition-data Repository Program (WARP).
  • Item Identification & Marking: Compliance with DFARS 252.211-7003 for DoD unique identification and mandatory marking standards for Cartridge Actuated Devices and Propellant Actuated Devices (CAD/PAD) components, including Human Readable Information (HRI) and Machine Readable Information (MRI) using Data Matrix ECC 200 per MIL-STD-130.
  • Packaging & Safety: Adherence to MIL-STD and CFR regulations for packaging, marking, and transportation, as well as DoD Manual 4145.26 for ammunition and explosives safety. Ammunition lot numbering must follow MIL-STD-1168.
  • Cybersecurity: Contractors must meet Cybersecurity Maturity Model Certification (CMMC) Level 2 (C3PAO) for information systems handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
  • Traceability: Critical traceability of energetic materials and hardware components through original manufacturer documentation.

Contract Details

  • Type: Request for Quotation (RFQ), anticipated Firm Fixed Price.
  • Set-Aside: Not a small business set-aside; procurement is restricted to Chemring and Rockwell Collins.
  • Response Due: March 6, 2026, 6:00 PM EST.
  • Published: February 18, 2026.

Submission & Evaluation

Quotations must be submitted electronically via email to the primary contact. The Wide Area WorkFlow (WAWF) system is required for payment requests and receiving reports. Evaluation criteria are not detailed in the provided RFQ summary. A limited drawing package is available, but drawings are not provided on CD.

Additional Notes

A Request for Variance (RFV) form indicates a critical, recurring variance for adding a battery voltage check to the JM60 Catapult battery, with an Engineering Change Proposal (ECP) in process. This suggests ongoing adjustments to product requirements.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Feb 18, 2026
NSN: 1377-01-215-4821 DODIC: XW52 | GovScope