Draft Request for Proposal (RFP) for 5.56mm, 7.62mm, and Caliber .50 Ammunition Production - NOTE: This is a Draft RFP ONLY (See Description Section)
ID: W519TC-25-R-0034Type: Special Notice
Overview

Buyer

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

NAICS

Small Arms Ammunition Manufacturing (332992)

PSC

AMMUNITION, THROUGH 30MM (1305)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a second source supplier to produce 5.56mm, 7.62mm, and caliber .50 ammunition. This procurement aims to ensure a reliable supply of small arms ammunition, which is critical for military operations and readiness. Interested suppliers are required to submit their comments and questions using the provided Comment/Question and Answer Template by December 12, 2025, at 1500 Central Standard Time. For further inquiries, potential bidders can contact Mark Stevens at mark.d.stevens.civ@army.mil or Alex Sheppard at alex.r.sheppard.civ@army.mil, and access the solicitation documents through the PIEE website.

    Files
    Title
    Posted
    The document constitutes a price matrix for the government Request for Proposal (RFP) W519TC-25-R-0034, concerning the procurement of small caliber ammunition, specifically the 5.56mm, 7.62mm, and Cal .50 cartridges. It outlines various categories of ammunition across several Contract Line Item Numbers (CLINs), detailing the Department of Defense Identification Codes (DODICs), National Stock Numbers (NSNs), ordering periods, quantity ranges, and required pricing structures. The pricing is variable based on quantity, with percentages assigned to offerors for different ordering periods, demonstrating a tiered pricing strategy. Each CLIN provides a comprehensive layout for the required ammunition, emphasizing the need for varied production levels while maintaining quality assurance through Final Acceptance Testing (FAT). The overarching purpose is to guide potential vendors through the bidding process, pricing their products competitively while considering stipulations imposed by the government. This document is essential for ensuring compliance and facilitating efficient procurement practices pertaining to military ammunition supplies, highlighting the importance of strategic sourcing in government acquisitions.
    The RFP W519TC-25-R-0034 pertains to the Environmental Protection Agency's (EPA) copper pricing factors and calculations, detailing contract line item numbers (CLINs) associated with various deliveries of copper. Each CLIN specifies the pounds per unit, total price per pound based on established baselines, and pricing per round of copper across multiple delivery orders. The document sets forth guidelines for price adjustments, indicating that any increase in unit prices for copper cannot exceed 10% during specific ordering periods, while allows for unlimited decreases. An example calculation illustrates the adjustments made, ensuring clarity in how the pricing structure impacts contractors. This document reflects the government’s structured approach to managing pricing and delivery for materials based on fluctuating costs, adhering to established EPA guidelines intended to create transparency and fairness in contracting processes within federal procurements.
    The document outlines the Department of Defense's security standards for sensitive conventional arms, ammunition, and explosives (AA&E) at contractor-owned and operated (COCO) facilities. It serves as a comprehensive guide to ensure physical security of AA&E, detailing the requirements for construction, suitability determinations, security measures, and incident reporting. Key elements include the categorization of AA&E items based on security risk categories (SRC), which guide inventory management, transport, and storage protocols. The SOW specifies various protective measures, including high-security locks, access controls, perimeter security, and intrusion detection systems. It establishes accountability mechanisms for contractors regarding AA&E management and outlines procedures for incident reporting and security deviation requests. The intent is to standardize security operations across the Department of Defense, ensuring effective protection against theft or unauthorized access. Overall, this document serves to inform entities participating in federal contracts related to AA&E, reinforcing the government's commitment to secure handling and management of sensitive materials.
    The document outlines the Operations Security (OPSEC) Plan for a government contract, detailing protocols for safeguarding Controlled Unclassified Information (CUI) related to the project. It includes administrative instructions, roles of an OPSEC Coordinator, personnel responsibilities, and the purpose of the plan, focusing on identifying critical information, analyzing threats, assessing vulnerabilities, and implementing OPSEC measures. Key threats discussed include Human Intelligence (HUMINT), Signals Intelligence (SIGINT), and others that pose risks to the organization. The plan emphasizes awareness, handling of CUI, and the importance of training personnel to mitigate risks. Mandatory procedures for visitor control, communication security, and documentation management are outlined to prevent unauthorized disclosures. The effectiveness of OPSEC measures and continuous training are crucial in reducing vulnerabilities and maintaining operational security. This plan serves as a framework for contract activities to protect sensitive program information from potential exploitation, illustrating the organization's commitment to security within the context of government contracts.
    The document provides a comprehensive listing of ammunition components associated with various military cartridges, focusing primarily on 5.56MM and 7.62MM rounds, as part of a government Request for Proposal (RFP). It details specific components for different cartridge types, such as the M855 and M80, including cartridges, cases, primers, propellants, and linked ammunition packages. Each section outlines the part numbers and descriptions, facilitating logistical and procurement processes. Additionally, the document identifies specific drawing numbers associated with primer components for calibers 5.56MM, 7.62MM, and .50, noting that in-house production of bullets, cases, and propellants does not require separate identification. This listing aligns with compliance standards such as MIL-STD-1168 and WARP requirements. The purpose of this document is to ensure clear identification and adherence to standards in government procurement processes, supporting military readiness through standardized ammunition supplies. Overall, it emphasizes the organized structure required for government contracts in ammunition supply, ensuring all components are accounted for and accessible for military use.
    The document outlines the Statement of Work (SOW) for NATO Production Testing (PT) of U.S. ammunition designs at the NATO North American Regional Test Center (NARTC) in Missouri. The contractor is tasked with delivering samples of NATO Qualified ammunition, ensuring compliance with established NATO standards for battlefield interchangeability, specifically referencing several Standardization Agreements (STANAGs). The SOW specifies which U.S. ammunition designs are NATO Qualified and details the responsibilities for production, sample submission, and testing. The contractor must monitor changes in ammunition designs and is required to submit testing samples annually, with specific packaging and documentation guidelines. The document emphasizes the importance of maintaining the NATO Symbol of Interchangeability; failure to meet testing requirements could lead to the removal of this symbol and a mandate for the contractor to resubmit samples. Additionally, if testing fails, a thorough analysis must be conducted, followed by a plan of action. Ultimately, this document is a crucial part of a governmental RFP to ensure the ongoing compliance and qualification of U.S. ammunition for NATO standards, reflecting the commitment to interoperability among member nations.
    The document outlines the Statement of Work (SOW) for a federal contract concerning the reporting of production progress and status for items procured under the contract. The primary objective is to maintain accurate reporting on production metrics, including a Production Status Report, Receiving Report Status, and Weekly Production Status, all using standardized Excel templates provided by the government. Additionally, the contractor must adhere to a defined Contract Delivery Schedule for deliveries in six-month increments. The contractor is responsible for managing Government Furnished Material (GFM) and Government Furnished Equipment (GFE), ensuring proper inventory practices, including a comprehensive semi-annual inventory and biweekly status reports on critical items. Disposal of obsolete GFE must be approved by the government, and any deficiencies must be documented and reported appropriately. This structured reporting ensures transparency and accountability in military production efforts, adhering to regulatory requirements set by the government. Ultimately, this SOW establishes a robust framework for tracking production and equipment usage, reinforcing compliance while supporting government operations.
    The document outlines contract delivery schedules for various ammunition types (5.56mm, 7.62mm, and .50CAL) for the fiscal years 2027 through 2032. It contains a detailed breakdown of undelivered quantities for numerous ammunition family types, including M885, M200, M855A1, and variants in linked and bulk packs. Each section specifies delivery timelines across a series of months, with quantities consistently marked as zero, indicating no deliveries scheduled during the reported periods. Notably, the document emphasizes that the contract schedule will consider all undelivered quantities, and variances will be adjusted bi-annually to reflect schedule rebaseline. The structured layout identifies distinct fiscal years, month-by-month projections, and categorization by ammunition type, aimed at fulfilling military procurement needs efficiently. This document serves as a crucial part of federal government requests for proposals (RFPs) and contracts, ensuring that stakeholders are informed of timelines and scheduling for future military supplies, underscoring the government's organized approach to procurement and resource allocation.
    The document outlines the Weekly Production Status Report for 5.56mm ammunition, detailing the tracking of production metrics including quantities produced, presented, and signed. It specifies the contractor's responsibilities to maintain accurate reporting throughout the Government Fiscal Year (GFY). No production has occurred in the reported months from Oct ’26 to Mar ’27, as indicated by all entries totaling zero. The report includes structured fields for inputting dates, production plans, current targets, and actuals, as well as carryover quantities that are yet to be signed. The contractor is required to provide comments for government awareness. This report is key for maintaining accountability and transparency in contracted defense production, ensuring that the government receives adequate updates on anticipated ammunition supplies in support of defense operations.
    The document outlines the production status and reporting for the 5.56mm ammunition class, specifically tracking various related items through a series of DD250 forms. It records the quantity produced, presented, and signed for each item under Contract Line Item Numbers (CLIN) and associated codes. All entries current at the time of reporting indicate a total production of zero for all months from October 2026 through September 2027, reflecting no progress towards set monthly production targets. Items listed include different types of ammunition packaging, such as M885 and M855A1, yet none have been produced or signed off. The structured report emphasizes ongoing monitoring of ammunition production schedules, which is crucial for ensuring compliance with government procurement expectations and requirements. The absence of production data raises potential concerns regarding supply chain and manufacturing capabilities, vital when considering government RFPs and grants related to defense procurement. Overall, the document serves as a status report to facilitate oversight and operational readiness within defense logistics.
    The document presents the weekly production status report for 7.62mm ammunition, detailing key metrics for various months from October 2026 to September 2027. It outlines the planned and actual production quantities, with cumulative variances across specified periods showcasing a consistent production figure of zero throughout. The report emphasizes the status of DD250 forms, which are vital for documenting the delivery of military supplies, but indicates no deliveries have been produced, presented, or signed during the reporting weeks. Additionally, remarks detail several types of linked and single round cartons relevant to the ammunition, but these too show no quantities. The lack of production and delivery highlights concerns about meeting future ammunition supply targets and may signal potential disruptions in military logistics. Overall, the report serves as a crucial update on the current state of ammunition production, crucial for government oversight and operational readiness within military supply chains.
    The document outlines the Weekly Production Status Report for Cal .50, tracking production data for various items including DD250 (a form related to military logistics). The report specifies dates for production, presenting and signing, while showing a monthly and cumulative variance indicating a production plan with no actual outputs recorded from October 2026 through September 2027. It includes categories for ‘CARRYOVER’, ‘PRODUCED’, 'CURRENT TARGET', and ‘TOTAL SIGNED’. Each referenced item, including various military types like A552 and M33, represents linked production targets but shows a total of zero across relevant time frames. This report serves to document production status as part of broader federal contracting and procurement processes, illustrating the challenges of fulfilling military supply demands and management of items in the production pipeline.
    The document provides guidance on the Contract Data Requirements List (CDRL) outlined on DD Form 1423, detailing the necessary abbreviations and codes for federal contracts. It specifies the components that must be included, such as Sequence Number, Title of Data, Data Item Number, and more. Each section has clear definitions, including the responsibilities of the Requiring Office, requirements for inspection and acceptance, and approval codes indicating whether advanced written approval is needed. Additionally, frequency of data submission is outlined with specific codes (e.g., Annually, Monthly, Weekly), and each data submission's timeline is clarified, including the As of Date (AOD). The document emphasizes the need for electronic media for data delivery, recommending formats like Microsoft Word or spreadsheets. It underscores the importance of adhering to DoD regulations for data distribution. Overall, the guidance serves to clarify the processes related to data documentation and submission for contracts dealing with federal RFPs and grants, ensuring compliance and standardization across contractual agreements.
    The attachment from SAM.gov focuses on consolidating entity information pertinent to federal RFPs, specifically RFP W519TC-25-R-0034. It highlights the availability of a comprehensive Vendor Guide, which includes an Entity Registration Video, frequently asked questions (FAQs), resource links, and customer service contacts. This centralization of information is aimed at assisting vendors in understanding the registration process necessary to engage in federal grants and contracting opportunities. By providing all relevant resources in one location, SAM.gov aims to enhance the efficiency of entity registration and improve vendor participation in government solicitations. This initiative reflects the government's commitment to streamline interactions with vendors and simplify engagement in the federal procurement environment.
    The Small Business Participation Commitment Document outlines the requirements for submitting proposals that incorporate U.S. small businesses into federal contract work. It emphasizes the importance of detailing the percentage of contract value assigned to both small and other-than-small businesses, including a breakdown of work planned for prime contractors and subcontractors. The document instructs bidders to specify the participation percentages among various small business categories, such as Small Disadvantaged Businesses, Women-Owned Small Businesses, HUBZone Small Businesses, Veteran-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses. Additionally, it requests information on principal services or supplies to be provided by each type of participating small business. Overall, the document aims to ensure compliance with federal objectives promoting small business utilization in government acquisitions, thereby supporting economic growth and equitable opportunities within the marketplace.
    The document outlines the reporting requirements for Contractors submitting proposals under RFP W519TC-25-R-0034. It serves as a structured template for Offerors to detail their past performance on contracts by providing essential information including government and commercial contract numbers, the Contractors' CAGE Codes, and the periods of performance. It specifically requests the identification of whether Contractors were Prime or Subcontractors, and if they have Parent, Affiliated, or Predecessor Companies related to the work performed. The Offerors are also required to describe the relevant work undertaken, the awarded dollar amounts, and to provide points of contact for further inquiries. This information is critical for the government in evaluating proposals based on past performance and relevance to ensure compliance and suitability for future projects. The systematic nature of the document underscores the importance of maintaining order and accuracy in federal grant and RFP applications.
    The document outlines the Commercial Reference Past Performance Questionnaire associated with RFP W519TC-25-R-0034. It serves to evaluate a contractor's past performance in several key areas: Quality, Schedule, Cost Control, Management, Utilization of Small Business, and Regulatory Compliance. For each of these categories, evaluators are to provide ratings on a scale from "Exceptional" to "Unsatisfactory," supported by factual data and specific examples. Detailed commentary is encouraged to ensure clarity and comprehensiveness in assessments. The questionnaire also includes questions about the contractor's role (Prime or Subcontractor) and requests a recommendation for future projects based on the contractor's demonstrated capabilities. The document emphasizes the importance of accurate and detailed performance evaluations as part of the procurement process, aiming to ensure compliance with government standards and to promote small business participation. The final sections provide space for evaluators to provide contact information for any follow-up inquiries regarding their assessments.
    The document titled RFP W519TC-25-R-0034 outlines a Request for Proposal from the federal government, dated June 11, 2025, focusing on the procurement of components for a specific project. It includes detailed sections for contractors to fill in information related to suppliers and products, featuring categories for distributor names, original equipment manufacturers (OEMs), part numbers, cage codes, and national stock numbers (NSNs). A significant aspect highlighted is the assessment of risk ratings for suppliers, emphasizing measures for identifying single-source suppliers and potential single point failures. Furthermore, the document provides guidelines for annotating supplier information to indicate whether multiple suppliers exist for a component, enhancing the clarity of the procurement process. Overall, the RFP aims to streamline the acquisition of necessary components while ensuring compliance with risk management strategies.
    The document is a draft template for questions and comments related to the Request for Proposal (RFP) W519TC-25-R-0034, dated June 20, 2025. It is intended for prospective bidders to submit inquiries or feedback about the RFP. The template includes fields for the point of contact's name, company name, and details for each question, such as the document reference, page number, and paragraph number. Each row is designed to capture a single question or comment, ensuring clarity and organization without including proprietary information. This structured approach facilitates effective communication and allows the issuing agency to address potential concerns and clarifications needed from bidders. Overall, the document emphasizes the importance of transparency and cooperation in the RFP process, aiming to enhance understanding between the government and potential contractors.
    The document outlines the Contract Data Requirements List (CDRL) for RFP W519TC-25-R-0034 concerning the procurement of Small Caliber second source ammunition (5.56mm, 7.62mm, and Caliber .50). It specifies various required submissions by the contractor, including Engineering Change Proposals (ECP), Requests for Variance (RFV), and operational security plans, detailing submission frequency, responsible offices, and formatting standards (e.g., data compatibility with Government software). Each data item is assigned a distinct identification number and denotes submission processes to the respective Government offices, primarily the Army's Project Manager for Ammunition Systems. Submissions require thorough documentation, with particulars on the distribution statement, timelines for initial and subsequent submissions, and requirements for electronic submission formats. Notably, certain items necessitate prior approval before production or testing phases can commence. This structured approach aims to maintain quality control and compliance with regulations during the ammunition sourcing process, ensuring the contractor meets operational requirements within set deadlines. Overall, the document serves as a governance framework for contractors, detailing rigorous documentation and review processes necessary for defense procurements in compliance with relevant military standards.
    The document outlines a Draft Request for Proposal (RFP) W519TC-25-R-0034 from the U.S. Army Contracting Command, seeking a Small Caliber Second Source supplier for producing 5.56mm, 7.62mm, and .50 caliber ammunition. The contract is restricted to entities in the U.S. and Canada and will be awarded as a five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, with a minimum guaranteed quantity of 20 million cartridges over the contract term. Proposals are evaluated using a best-value tradeoff approach, considering price and non-price factors. Key requirements include that suppliers must not utilize the Lake City Army Ammunition Plant and must ensure components meet specific U.S./Canada sourcing restrictions, with exceptions for certain items. The acquisition also mandates extensive reporting, program reviews, and adherence to safety standards, emphasizing the importance of maintaining an operational and secure supply chain. Additionally, the document specifies the packaging, marking, and performance-oriented testing of ammunition to ensure compliance with military standards. The Government expects proposals to be thorough, as awards will be based on the best overall offering without negotiations.
    Similar Opportunities
    Solicitation_Feeder, Ammunition
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is seeking to award a two-year firm-fixed-price contract for the procurement of 16 units of Feeder, Ammunition, identified by National Stock Number (NSN) 1005-01-221-0420 and Part Number (PN) 7-317236300-3, exclusively from The Boeing Company. This procurement is critical for maintaining ammunition supply systems and is being conducted under the authority of FAR 6.302-1, which allows for solicitation from a single source due to the lack of available technical data. Proposals must be submitted by December 12, 2025, with inquiries due by November 27, 2025, and deliveries are expected within 180 days post-award to a designated location in Texarkana, TX. Interested parties can reach out to Contract Specialist Kaley Weeden at kaley.h.weeden.civ@army.mil for further information.
    N0010425PR26332
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking procurement for a Feeder, Ammunition, with the National Stock Number (NSN) 1005 013662290 and Part Number (P/N) 6181431. This contract aims to acquire essential components for small arms and ordnance manufacturing, which play a critical role in supporting military operations and ensuring the readiness of armed forces. Interested vendors can reach out to Darian Holley at darian.m.holley.civ@us.navy.mil or call 771-229-0467 for further details, as this presolicitation does not have a set-aside designation and is open to all qualified suppliers.
    Solicitation - Holder, Ammunition NSN: 1398-01-330-9529
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a Firm Fixed Price Contract to supply "Holder, Ammunition" (NSN: 1398-01-330-9529) for the M1 Abrams Family of Vehicles. This procurement is set aside for small businesses and includes a production quantity of three units, with an option for an additional three units, requiring delivery within 150 days after contract award. The solicitation emphasizes strict adherence to military packaging and marking standards, as well as compliance with quality assurance protocols and training requirements for handling Controlled Unclassified Information (CUI). Interested parties must submit their proposals via email to Haley Bruns by December 15, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.
    NGA SIP Ammunition
    Buyer not available
    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, is seeking qualified small businesses to provide 37,000 rounds of .223 caliber, 64-grain soft point ammunition under a 100% Small Business Set-Aside contract. The procurement aims to ensure timely delivery of ammunition, with shipments split between NGA facilities in Arnold, Missouri, and Washington, Virginia, within 90 days of order receipt. This ammunition is critical for various defense operations, emphasizing the importance of reliable supply sources. Interested vendors must submit their quotes, including specification sheets, by 12:00 PM Central Time on December 9, 2025, to the designated contacts, Kathleen Dee and Kenneth M. Lehrmann, via their provided email addresses.
    Small Arms
    Buyer not available
    The Defense Logistics Agency (DLA) Land and Maritime is seeking contractors capable of manufacturing various small arms components under a Sources Sought notice. The procurement aims to identify potential suppliers for an Indefinite Quantity Contract (IQC) or Long-Term Contract (LTC) for items such as feed trays, cartridge guides, and machine gun barrels, which are critical for military operations. Interested parties are encouraged to complete the attached market survey and spreadsheet, providing information on their manufacturing capabilities and estimated delivery timelines, with submissions due by December 8, 2025. For further inquiries, potential suppliers can contact Matthew Stein at (614) 693-4915 or via email at Matthew.Stein@dla.mil.
    PROJECTILE, 155 MILLIMETER: HE, ADVANCED SUBMUNITIONS, XM1208
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - New Jersey, is conducting a market survey to identify potential sources for the production of the 155mm HE Advanced Submunitions, designated as the XM1208 projectile. This procurement aims to establish a production capability for a new artillery projectile that enhances the U.S. Army's ability to engage targets effectively, replacing existing stockpiles of Dual-Purpose, Improved Conventional Munitions (DPICM) with a compliant cluster munition alternative. Interested parties must demonstrate their production capabilities, including monthly delivery rates, facility specifications, and quality assurance measures, and submit their responses by 0900 ET on December 22, 2025, to the designated contacts, John C. Scott Jr. and Cameron H. Sacco, via email.
    CONTROL ASSEMBLY,AC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of CONTROL ASSEMBLY,AC, a critical component in the manufacturing of small arms and ordnance accessories. This solicitation emphasizes the need for compliance with specific inspection and acceptance criteria, as well as adherence to quality assurance standards, ensuring that all supplied items meet rigorous military specifications. The procurement is vital for maintaining operational readiness and supporting national defense initiatives, with the solicitation closing on February 20, 2025. Interested vendors should direct inquiries to Amy Smith at 385-591-3484 or via email at AMY.SMITH@DLA.MIL for further details.
    FN HERSTAL (B0897) spare parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking suppliers for spare parts associated with FN HERSTAL (B0897), specifically for 46 National Stock Numbers (NSNs) across various Federal Stock Classes. This procurement is critical as it involves items for which the government lacks complete unrestricted technical data, and FN HERSTAL is identified as the sole approved source for these supplies. The contract will be structured as a long-term indefinite quantity contract with a three-year base period and two one-year options, with the solicitation set to be released on November 6, 2025. Interested parties should contact Brandy Warner at 614-692-5024 or via email at Brandy.Warner@dla.mil for further details and to express their interest in fulfilling the requirements.
    5.56 AR Rifle and Accessories
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking information from potential offerors for the procurement of 5.56 AR rifles and accessories. The requirement includes new 5.56 x 45mm semi-automatic duty rifles that must be operable in various environmental conditions and align with the operational standards of existing SR16 AR-style rifles. This procurement is crucial for enhancing the operational capabilities of the USSS, and interested parties are invited to submit a capability statement by December 5, 2025, at 4:00 PM ET, detailing their qualifications and relevant experience. Responses should be directed to Theresa Williams and Erik Syfert via email, and the procurement falls under NAICS code 332994, with a firm fixed-price contract anticipated.
    N0016423GJN16-JO07 –JO PIID N00164-26-RFPREQ-CR-JXN-0036 –SOLE SOURCE—30MM MK44 GUNS IN VARYING CONFIGURATIONS, ASSOCIATED SPARE PARTS, AND SPECIAL TOOLING, – PSC – 1005 – NAICS 332994
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure 30mm MK 44 chain-fed guns in various configurations, along with associated spare parts and special tooling. This procurement is critical for maintaining the operational capabilities of naval forces, as these guns are essential components of naval weapon systems. The anticipated award amount for this sole source contract to Northrop Grumman Systems Corporation is approximately $40 million, with an expected award date around January 28, 2027, and a performance period of roughly one year. Interested parties may submit capability statements to Mr. Derek Perry at derek.s.perry2.civ@us.navy.mil, referencing announcement number N0016423GJN16-JO07 in all communications.