1356 - 1356-01-106-5985; WW98; Initiating Propellant; DWG: 2508738 REV AA
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 Navy, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting proposals for a three-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Initiating Propellant (NSN: 4T-1356-01-106-5985 / WW98). This is a competitive, unrestricted acquisition for a Critical Safety Item (CSI) and explosive component. Proposals are due by May 13, 2026.
Scope of Work
The contract requires the manufacture and delivery of Initiating Propellant conforming to DWG: 2508738 REV AA and associated specifications. Key requirements include First Article (Preproduction) Testing (destructive, involving ballistic grains and propellants per WS12984 REV AA) and Production Lot (Periodic) Test Samples. The item is explosive, necessitating hazardous materials handling and a Pre-Award Safety Survey for the successful offeror. Packaging and marking must comply with MIL-STD-129R. Contractors must also meet Cybersecurity Maturity Model Certification (CMMC) Level 2 (C3PAO) for information systems processing FCI or CUI. Various data deliverables, outlined in the Contract Data Requirements List (CDRLs), include Test Procedures (per DI-NDTI-80603A) and Ammunition Data Cards (per MIL-STD-1168). Government Furnished Property (GFP), such as 'Hen-12 Booster Ring Sheets' and 'MK288 Mod 1 Igniter', will be provided.
Contract Details
- Type: Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed Price
- Duration: Three (3) years, approximately November 30, 2026, to November 30, 2029
- Set-Aside: Unrestricted (Competitive)
- Guaranteed Minimum: 599 EA across all years and CLINs
- Maximum Ordering Authority: 4,200 EA across all years and CLINs
- Minimum Per Order: 599 Each
- Maximum Per Order: 1,400 Each
- Response Due: May 13, 2026, 02:00 PM local time
- Published: March 18, 2026
Evaluation
Proposals will be evaluated based on Technical Approach, Past Performance, Small Business Participation, and Price. Technical Approach and Past Performance are significantly more important than Small Business Participation and Price. The government intends to award without discussions but reserves the right to seek clarification. A DD254 is required.
Additional Notes
Proposals must be submitted electronically to Kyle Slusser (kyle.j.slusser2.civ@us.navy.mil). Bidders should utilize the provided IDIQ Pricing Matrix (for FAT required/waived scenarios) and review the Serial Number Registration Form. A Request for Variance (RFV) document is included, indicating a potential change or clarification to requirements, specifically regarding a JM60 Catapult battery voltage check. Monthly Progress Reports (DD Form 375) are required upon award. Offerors should raise any exceptions to requirements prior to submission.