Solicitation, Cover, Prime Feeder, NSN 1025-01-536-7954

SOL #: W912CH-25-R-0109Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC- DTA
WARREN, MI, 48397-5000, United States

Place of Performance

Place of performance not available

NAICS

Small Arms (332994)

PSC

Guns, Over 150 Mm Through 200 Mm Includes Firing Platforms; Mounts; Gun Shields. (1025)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 18, 2025
2
Last Updated
Jan 31, 2026
3
Submission Deadline
Feb 24, 2026, 9:00 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 U.S. Army Contracting Command - Detroit Arsenal (ACC-DTA) is soliciting proposals for a Three-Year Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price contract for COVER, PRIME FEEDER (NSN: 1025-01-536-7954, PN: 13006406). This opportunity is a 100% Small Business Set-Aside. Proposals are due by February 24, 2026, at 16:00 E.S.T.

Scope of Work / Deliverables

The primary deliverable is the COVER, PRIME FEEDER (NSN: 1025-01-536-7954). Requirements include military preservation, packing, and marking in accordance with MIL-STD-2073-1 and the Technical Data Package (TDP). Inspection and acceptance will occur at the Destination, with deliveries being FOB Destination. A TDP is available via SAM.gov.

Contract Details

  • Contract Type: Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ)
  • Period of Performance: Three ordering years (OYs) after an initial delivery order at contract award.
  • Guaranteed Minimum Quantity: 100 Each (across the three-year period).
  • Maximum Quantity: 375 Each (across the three-year period, updated by Amendment 0002).
  • Estimated Quantities (per Amendment 0002): CLIN 0011 (First OY) at 100 EA; CLIN 0012 (Second OY) at 100 EA; CLIN 0013 (Third OY) at 100 EA.
  • Maximum Order Limitation (FAR 52.216-19): 100 (quantity changed from 823, updated by Amendment 0002).

Key Amendments

Amendment 0002 (issued January 30, 2026) significantly updated the solicitation:

  • Extended the proposal submission deadline to February 24, 2026, 16:00 E.S.T.
  • Reduced the overall maximum quantity from 658 EA to 375 EA.
  • Reduced estimated quantities for CLINs 0011, 0012, and 0013.
  • Reduced the maximum order limitation in FAR Clause 52.216-19 from 823 to 100.

Submission & Evaluation

Proposals must be submitted electronically via email to the Contract Specialist and Contracting Officer. The subject header for submission should be "Proposal Submission W912CH-25-R-0109 (company name)". Offerors must submit proposals for the total quantity of items; "all or none" applies. Only one award will be made. Offerors are encouraged to review Section M for evaluation factors and the basis for award. All amendments must be acknowledged.

Eligibility

This is a 100% Small Business Set-Aside. Offerors must be registered in SAM for NAICS code 332994.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Jan 31, 2026
View
Version 4Viewing
Solicitation
Posted: Jan 30, 2026
Version 3
Solicitation
Posted: Jan 26, 2026
View
Version 2
Solicitation
Posted: Jan 14, 2026
View
Version 1
Solicitation
Posted: Dec 18, 2025
View