Loading...
W519TC-26-Q-MJU7
Response Deadline
Apr 13, 2026, 6:00 PM(CDT)5 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
AMENDMENT 0002 -
Amendment 0002 to solicitation W519TC-26-Q-MJU7 is to provide an extension to the current deadline of 09APRIL2026. The new deadline is now 01:00pm CST Monday 13APRIL2026.
AMENDMENT 0001 -
Amendment 0001 to solicitation W519TC-26-Q-MJU7 is to incorporate an updated Attachment 0001 - Product Description and to incorporate phased in CMMC requirements. Please refer to #6 under Quote/Proposal Submission Requirements. The government will allow additional questions regarding the above new information.
Crane Army Ammunition Activity
Cushion Tops, Supports, and Bottoms in support of the MJU76/MJU77 projects at Crane Army Ammunition Activity
W519TC-26-Q-MJU7
Combined Synopsis / Solicitation
Description
This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and written solicitation will NOT be issued.
This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC-26-Q-MJU7.
The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.
The NAICS code for this procurement is 326150; the small business size standard is 750 employees. The Product Service Code is 8140.
Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is https://www.sam.gov/.
Addendum to 52.212-1
Description of Requirement
This solicitation is issued as a 100% Small Business Set-Aside for the following:
Above products will be in accordance with the Product Description located at Attachment 0001.
The Government reserves the right to add additional products via Mutual Agreement and bilateral signature. These additions are part of the scope of this contract and a new award will not be created. Those additional drawings can be found within the attachments section.
Type of Contract, Period of Performance, and Performance Location
The Government intends to award a Firm Fixed Price, 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Ordering Periods are projected as follows:
Production Quantity is as follows:
Closed cell material must be provided for all products in accordance with, DWG 7516394 Rev F located at Attachment 0006.
All quantities must be in accordance with their respective drawings and will be inspected per attached quality assurance document (Attachment 0008) before acceptance.
All deliveries must be shipped to the following:
Crane Army Ammunition Activity
300 Highway 361
Building 148
Crane, IN 47522
Quote/Proposal Submission Requirements
Offerors shall submit the following in response to this Solicitation:
2. Completed responses to the questions provided in the RFQ Questionnaire in Attachment 0005.
3. Gain access to the below Distribution Level D drawings:
3763AS201 Rev G
3763AS202 Rev G
SA3976AS192 Rev D
3122AS201 Rev L
3904AS251 Rev D
202127923
202239473_98747
4. Completed Clause at Attachment 0003 – FAR 52.212-3 Alt 1, paragraph (b) only.
5. Completed Clause at Attachment 0004 – FAR 52.204-24, paragraph (d)(1) and (d)(2)
6. Due to the phased in implementation of CMMC requirements, the contractor will be required to obtain and maintain a CMMC Level 2 Certification on or after 10 Nov 2026, at the discretion of the Contracting Officer. Failure to obtain and maintain the certification will result in the inability to exercise option periods or delivery orders against this contract.
***The contractor will be required to meet at least conditional CMMC Level 2 Self Assessment at contract award.
Drawing Access
JCP ACCESS OF RESTRICTED DRAWINGS (See additional Technical Data Package Instructions in Attachment 0009)
The drawings associated with this acquisition are Distribution Level D, authorized to the Department of Defense (DoD) and U.S. DoD contractors ONLY. All firms must be registered in the Joint Certification Program (JCP) to access the drawings associated with this solicitation. The address for registration is https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx
Registration requires completion of the DD Form 2345. Firms are required to have a current valid Cage Code to register.
NOTE: THE DD FORM 2345 MAY BE SUBMITTED ELECTRONICALLY. DIRECTIONS FOR ELECTRONIC SUBMISSION ARE LOCATED AT THE FOLLOWING SITE, UNDER “SUBMITTING THE DD FORM 2345”
https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx
Access to the drawings is restricted to the data custodian listed on the DD Form 2345.
*NOTE: When requesting access to the drawings, the company CAGE CODE should be entered within the “Reason for Request” block.
**NOTE: All contractors and associated subcontractors must meet the requirements for JCP in order to access Distribution D documents as part of this contract.
Basis for Award
Award will be made to the offeror who provides the lowest Total Price, who is deemed responsible, and whose quote conforms to the solicitation requirements. Total Evaluated Price will be calculated by the sum of the Evaluated Prices for Ordering Periods one (1) through five (5).
In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions.
Listing of Attachments
Attachment 0001 – Product Description
Attachment 0002 – IDIQ Pricing Spreadsheet
Attachment 0003 – FAR 52.212-3 Alt 1
Attachment 0004 – FAR 52.204-24
Attachment 0005 – RFQ Questionnaire
Attachment 0006 – DWG 7516394F
Attachment 0007 – Provisions and Clauses
Attachment 0008 – QASP
Attachment 0009 – TDP Information
Deadline for Submission
Offerors are due on 09 April 2026 no later than 01:00pm CST.
Offers shall be submitted in the following way:
Electronically via email to the Contract Specialist, Dustin.p.sexton.civ@army.mil and Contracting Officer, Bryce.t.willett.civ@army.mil. Offerors shall include “W519TC-26-Q-MJU7 Response – [Insert Offeror’s Name]” within the Subject line.
Questions
Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer
**Note: Interested offerors must submit any questions concerning this solicitation on or before 11 March 2026 by 01:00pm CST, to enable the Buyer to respond.
Questions not received within a reasonable time prior to close of the solicitation may not be considered.
End of Addendum 52.212-1
Bryce Willett
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC RI
W6QK ACC-RI
W6QK ACC-RI
ACC ROCK ISLAND BLDG 60
3055 RODMAN AVE
ROCK ISLAND, IL, 61299-0000
NAICS
Urethane and Other Foam Product (except Polystyrene) Manufacturing
PSC
AMMUNITION AND NUCLEAR ORDNANCE BOXES, PACKAGES AND SPECIAL CONTAINERS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)