BDU-50 D/B CDI Practice Bombs with MHU-149/E Pallet or MHU-122/E Pallet
ID: W519TC-24-R-0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

BOMBS (1325)
Timeline
    Description

    The Department of Defense, through the U.S. Army Contracting Command - Rock Island, is soliciting proposals for the procurement of BDU-50 D/B CDI Practice Bombs, specifically with MHU-149/E or MHU-122/E pallets. This competitive Request for Proposal (RFP) aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum guaranteed quantity of 8,004 units, to support military training operations. The selected contractor will be evaluated based on a best value assessment that considers both technical and price factors, with a focus on compliance with stringent security and operational requirements. Interested parties must submit their proposals by the extended deadline of October 17, 2024, and can direct inquiries to Elizabeth Miller at elizabeth.m.miller174.civ@army.mil or Kelly K. Clifton at kelly.k.clifton.civ@army.mil.

    Files
    Title
    Posted
    The government seeks to procure cast ductile iron practice bombs, specifically BDU-50 D/B CDI varieties. The RFP outlines a price matrix for potential vendors, detailing ordering periods and quantity ranges. It encompasses two CLINs, 0002 and 0003, distinguishing between FOB origin and destination delivery options. The matrix provides unit prices and weights for different quantity thresholds, with pricing details broken down into five ordering periods. Notably, the first article test (FAT) is listed without a specified price. Vendors will provide pricing information for customization and completion. This data will be evaluated to determine the contract award, with the government prioritizing cost-effectiveness and establishing a pricing evaluation framework.
    The Past Performance Questionnaire (PPQ) is a critical tool for the Army Contracting Command - Rock Island (ACC-RI) to evaluate potential contractors. Offerors must provide information about their past performance, including contract details, work periods, and roles. This data will be assessed using a rating system with five categories, from 'Excellent' to 'Unsatisfactory,' based on factors like quality, delivery, and problem resolution. The PPQ is sent to the relevant respondents, who will provide evaluations directly to the designated contract specialists, Ms. Elizabeth Miller and Ms. Kelly Clifton, ensuring an unbiased assessment. This process aims to gather comprehensive past performance data to aid in the selection of the most suitable contractors, with email submissions requiring a clear subject line format.
    The file contains instructions for completing the DD Form 1423, which appears to be a Department of Defense (DoD) document related to data requirements and contract management. It provides detailed guidance for government personnel and contractors on completing the form, which appears to be a Data Collection Requirements List (CDRL). The form itself is used to define and manage data items required for a specific system or item being acquired, specifying details such as data categories, titles, submission dates, and distribution. Notably, it also includes fields for pricing estimation, helping contractors determine the costs associated with complying with the data requirements set by the government. The instructions are comprehensive, covering various sections of the form and providing clarity on the information needed for each field.
    The file details a list of addresses related to a contract for the procurement of 500-pound bomb practice units, specifically the BDU-50 D/B CDI with MHU-149/E pallets. It involves multiple military departments, including the Army Contracting Command at Rock Island, the Joint Munitions Command, and the Air Force Life Cycle Management Center. The project director is based at Picatinny Arsenal, and the bomb components will be managed by individuals at Hill Air Force Base. The addresses provided are for the Principal Contract Officer, Contract Specialist, Quality Assurance Representative, and Contracting Officer Representative, spanning various military installations across the United States.
    The file provides an in-depth guide to interpreting and completing the DD Form 1423, Contract Data Requirements List, which is used to manage and track contractually required data deliveries. It deciphers the abbreviations and codes used in the form's various sections, offering clarity on the type of data requested, submission frequencies, and distribution methods. The guidance aims to assist contractors in accurately preparing and submitting the required data throughout the contract's lifecycle.
    Other than Small Business Offerors submitting proposals must include a Small Business Participation Plan, detailing how they will involve small businesses in the acquisition. Offerors should propose the percentage of work allocated to small businesses versus other than small businesses, based on the total contract value. This breakdown should include both the prime and subcontracting work, with percentages allocating to each category of small business, such as Small Disadvantaged Businesses, Women-Owned Small Businesses, and Veteran-Owned Small Businesses. The plan should also specify the particular supplies/services to be performed by these small businesses. This information ensures a comprehensive strategy for inclusive participation in the procurement process.
    The government plans to use the Acquisition Source Selection Interactive Support Tool (ASSIST) and ASSIST2Industry to manage the proposal evaluation and selection process for an upcoming acquisition. ASSIST2Industry is designed for secure online interactions between the government and offerors. Each submitting offeror must designate two individuals to serve as points of contact for receiving and responding to Evaluation Notices (ENs) through ASSIST2Industry. These individuals will be given access to the tool and will receive system-generated emails with login details. The government will notify offerors of new ENs via a separate medium, and offerors can contact the ASSIST2Industry helpdesk for technical assistance. It's important to note that the system-generated emails are for administrative purposes only and don't signify the commencement of official exchanges or the inclusion of proposals in the competitive range.
    This file outlines the security requirements for Contractor-Owned and Contractor-Operated (COCO) facilities handling Sensitive Conventional Arms, Ammunition, and Explosives (AA&E) for the US Department of Defense. It replaces previous contracts with updated standards aimed at preventing theft, pilferage, and unauthorized access. The SOW details facility construction, access control, lighting, fencing, and intrusion detection systems, mandating compliance with DoD regulations. Contractors must assess production line security risks and develop countermeasures, while also adhering to stringent accountability and transportation security protocols. The SOW also establishes procedures for incident reporting, physical security deviations, and the development of Standing Practice Procedures. Appendices provide guidance on determining AA&E Security Risk Categories, and a template for requesting security waivers or exceptions. This comprehensive SOW ensures robust security measures to protect the integrity and safety of sensitive military equipment and munitions.
    This file details a mandatory disclosure of lobbying activities, as required by federal law 31 U.S.C. 1352. It seeks to capture any instances where payments are made to lobbying entities in an attempt to influence federal actions, including contracts, grants, cooperative agreements, loans, and loan guarantees. The disclosure form requires the reporting entity to provide detailed information, including the type of federal action, the status of the action, the federal department involved, and the names and addresses of the reporting entity and any associated lobbying registrants. This disclosure is part of the bidding or application process, due upon the initiation of a covered federal action or any material changes to previous submissions, and carries potential civil penalties for non-compliance.
    This file details an Operations Security (OPSEC) Plan for a government contract aimed at developing and producing advanced technology for a program named (program name). The plan focuses on safeguarding sensitive information, operations, and activities to prevent unauthorized access. It applies to multiple subcontractors and aims to protect critical information, addressing threats like HUMINT, SIGINT, and IMINT. The plan identifies and analyzes vulnerabilities, such as lack of awareness, testing phases, and open-source literature, and outlines general and contractual OPSEC measures, including education, visitor control, and secure communications. It also covers the handling of Controlled Unclassified Information (CUI), with strict marking and distribution requirements. The OPSEC measures are designed to balance security risks and operational effectiveness. Regular training and awareness programs are emphasized to ensure personnel understand their roles in protecting sensitive information. The plan is a comprehensive strategy to protect the integrity of the program's operations and information.
    The government has initiated a solicitation for procurement, seeking suppliers to fulfill a range of defense-related requirements. The serialized items include specific part numbers and drawings, such as the TOL-062, TOL-063, and TOL-064, each with designated delivery dates in 2025. Non-serialized items, like the PALLET MHU and LUG SUSPENSION, are also outlined with corresponding quantity and unit acquisition costs. This solicitation, labeled W519TC24R0002, focuses on acquiring various components for the BDU-50D/B CDI program, with stringent delivery schedules and specified technical details. The items are primarily destined for naval operations, featuring CAGE codes and NSN numbers for precise identification.
    The government is seeking a Bomb Practice 500LB BDU-50D/B, outlining specific contract requirements and data items that the contractor must submit. This includes an Operations Security (OPSEC) Plan, to be delivered within 30 calendar days of receiving critical information from the government, and a First Article Qualification Test Plan and Procedure, to be submitted no later than 120 calendar days after the contract is awarded. The OPSEK Plan requires approval and potential revisions within strict timeframes. The data items are subject to review and approval timelines, with blocks allocated for distribution and remarks, including submission instructions. The contract emphasizes security, referencing DoD guidelines, and requires electronic submission via specified platforms. Cost estimates for contractor compliance with these requirements are provided, along with contact details for relevant government personnel.
    This document serves as an amendment to solicitation W519TC-24-R-0002, issued by the Army Contracting Command in Rock Island, Illinois. The primary purpose of Amendment 0001 is to extend the deadline for submission of offers from September 26, 2024, to October 17, 2024. The amendment specifies that all other terms and conditions of the solicitation remain unchanged. The form details the necessary acknowledgment procedures for contractors to confirm receipt of the amendment, which includes returning copies or acknowledging it in submitted offers. The amendment is important for maintaining the integrity of the solicitation process and providing potential contractors additional time to prepare their proposals. This amendment reflects standard practices in federal solicitations, ensuring adherence to processes defined by the Federal Acquisition Regulation (FAR).
    The U.S. Army seeks proposals for a five-year indefinite delivery, indefinite quantity (IDIQ) contract for BDU-50D/B Cast Ductile Iron Practice Bombs, with a minimum guaranteed quantity of 8,004 units. Offerors must submit prices for a First Article Test Report and unit prices for two configurations of the practice bombs, which will be delivered to several military bases. The contract will be awarded based on a best value assessment considering technical ability, past performance, price, and small business participation. Offerors must comply with numerous technical requirements, including higher-level quality standards and statistical process control plans. Additionally, the solicitation outlines procedures for inspection, acceptance, rework, and destructive testing. Questions regarding the RFP must be submitted by a specified deadline.
    Lifecycle
    Similar Opportunities
    BDU-50 D/B CDI Practice Bombs
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY BDU-50 D/B CDI Practice Bombs The U.S. Army Contracting Command - Rock Island, on behalf of the Project Director for Joint Bombs, is seeking capable sources for the production and delivery of BDU-50 D/B Cast Ductile Iron (CDI) Practice Bombs. These munitions are used to support the U.S. Air Force and U.S. allies training requirements by simulating the size and weight of explosive-filled general purpose bombs. The BDU-50 D/B CDI Practice Bombs are manufactured from casting material with specifications of ASTM-A536 Grade 60-40-18 cast ductile iron. They are 60.572 inches long, up to 10.75 inches in diameter, with a nominal wall thickness ranging from 1.145 – 1.624 inches and an average weight of 485 lbs. The production quantity for FY25 is estimated to be 7,000 - 9,000 each, with a maximum yearly quantity of 15,000 BDU-50 D/B. The contract will also include First Article Test requirements. Interested companies capable of manufacturing these practice bombs are invited to provide information on their capabilities, sub-tier vendors, lead-time, prices, production quantities, and size status. The Technical Data Package associated with the BDU-50 D/B CDI Practice Bombs is classified as Distribution D and requires registration with the U.S./Canada Joint Certification Program. This sources sought announcement is for information and planning purposes only. Responses should be submitted by 24 March 2023.
    PBU-48 25mm Frangible Armor Piercing (FAP) Cartridge
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the manufacturing and procurement of PBU-48 25mm Frangible Armor Piercing (FAP) Cartridges to support the United States Air Force and Foreign Military Sales customers. This acquisition will result in a Firm-Fixed-Price Requirements Indefinite Delivery Contract (IDC) with a basic ordering period of 12 months and four additional annual ordering periods, with estimated quantities starting at 200,000 units for the first year and 150,000 units for each subsequent year. The solicitation is a sole source requirement directed to American Rheinmetall Munition Inc., with an anticipated issue date of October 25, 2024, and a proposal response deadline of December 6, 2024. For further inquiries, interested parties may contact Shirley Breeze at shirley.breeze@us.af.mil.
    W519TC-24-Q-2391 Fire Extinguisher Parts Amendment 0001
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for fire extinguisher parts under Solicitation W519TC-24-Q-2391. The procurement aims to support the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC) with a Firm Fixed Price (FFP) purchase order awarded to the lowest price, responsive contractor. This solicitation is critical for maintaining operational safety and compliance with fire safety standards. Proposals are now due by September 20, 2024, at 10:00 AM Central Time, and interested contractors should contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Corbin De La Cruz at corbin.t.delacruz.civ@army.mil for further information.
    Request For Information (RFI) - Variety of double-based (possibly triple based) propellants
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Research Laboratory (ARL), is seeking industry feedback through a Request for Information (RFI) regarding the manufacturing of a variety of double-based and potentially triple-based propellants. The objective is to establish a non-commercial indefinite delivery, indefinite quantity (IDIQ) contract to support testing for large and medium direct fire munitions at ARL's experimental ranges, with a focus on tailored solutions that meet specific testing requirements such as perforation size and grain dimensions. This initiative underscores the critical need for specialized propellant materials in military applications, facilitating advancements in ammunition development and testing. Interested vendors are encouraged to submit their company information and any questions within 15 days of the RFI posting, and may contact Shanna Dellinger at shanna.dellinger.civ@army.mil or Robert A. Edwards at robert.a.edwards147.civ@mail.mil for further details.
    10--CHUTE, AMMUNITION
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of ammunition chutes, specifically NSN 1005012552313. The contract will involve an Indefinite Delivery Contract (IDC) for a total of 16 units, with an estimated annual order quantity of four and a guaranteed minimum of two units, to be delivered within 138 days after order placement. These items are critical for military operations, as they are designed based on source-controlled drawings, with the approved source being 76793 1311C24500. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The total contract value is capped at $250,000, and the solicitation details can be accessed via the DLA's electronic platform.
    10--CHUTE,AMMUNITION
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of ammunition chutes, specifically NSN 1005013221228, under a Combined Synopsis/Solicitation notice. The requirement includes an initial quantity of 18 units, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum of two units. These items are critical for military operations and must adhere to specific source-controlled drawings, with approved sources listed. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the DLA via the provided email address, DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be distributed.
    M1A3 Bangalore Torpedo Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of M1A3 Bangalore Torpedo Kits, which are essential for clearing obstacles in combat operations. The procurement involves the acquisition of Demolition Kits consisting of eight 2.5-foot tubes filled with explosives, designed to create pathways through barbed wire entanglements, thereby facilitating military operations. This solicitation is exclusively set aside for Accurate Energetics Systems, LLC, a Women-Owned Small Business, with a guaranteed minimum funding amount of $4,250,000 and a maximum procurement limit of $7,000,000 over two ordering periods. Proposals must be submitted electronically by September 26, 2024, and interested parties can contact Colin Sommers at colin.m.sommers.civ@army.mil for further information.
    5.56mm Long Range Ammunition
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is soliciting proposals for the procurement of 5.56mm Long Range Ammunition (MK262 MOD 1). This acquisition is aimed at fulfilling various military requirements and includes comprehensive specifications for manufacturing, testing, inspection, packaging, and documentation of the ammunition. The procurement is particularly significant as it supports the operational readiness of U.S. military forces while promoting small business participation, including service-disabled veteran-owned businesses. Interested vendors must submit their proposals by September 19, 2024, and can direct inquiries to Shawna Gainey at shawna.y.gainey.civ@us.navy.mil or Leslie Graber-Heshelman at leslie.a.graber-heshelman.civ@us.navy.mil for further information.
    AFJROTC CoDrone EDU (JROTC Edition) Competition Drones (Amendment 0001)
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron, is seeking proposals for the acquisition of CoDrone EDU (JROTC Edition) competition drones to enhance the Air Force Junior ROTC (AFJROTC) curriculum. This procurement aims to provide a package of 10 drones, complete with necessary sensors, programmable features, and accessories, to facilitate hands-on learning and competition preparation for high school students. The initiative underscores the importance of innovative educational tools in fostering STEM skills and responsible citizenship among students. Proposals are due by September 19, 2024, and interested parties can contact Jaeden Alvarez at jaeden.alvarez.2@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil for further information.
    1377-01-550-8543, DWGY, CCU-167/B Impulse Cartridge
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of 818 units of the DWGY, CCU-167/B Impulse Cartridge, identified by the part number 1377-01-550-8543. This procurement falls under the NAICS code 325920, which pertains to Explosives Manufacturing, and is critical for military applications involving cartridge and propellant actuated devices. Interested vendors should note that the deadline for submission is November 4, 2024, and can direct inquiries to Alexander Bonner at 717-605-4237 or via email at alexander.bonner@navy.mil for further details.