Demolition, Charge, Block 1/4 lb TNT, 1/2 lb TNT, and 1 lb TNT.
ID: W519TC25R0013Type: Solicitation
Overview

Buyer

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

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

DEMOLITION MATERIALS (1375)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 15, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of demolition charges, specifically 1/4 lb, 1/2 lb, and 1 lb TNT blocks, under solicitation W519TC-25-R-0013. This opportunity is set aside for small businesses and will result in a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a guaranteed minimum order of $950,000, emphasizing the importance of compliance with safety and quality standards in the handling of hazardous materials. The procurement process will evaluate proposals based on the Lowest Price Technically Acceptable criteria, and interested parties must submit their bids along with required documentation by the specified deadlines. For further inquiries, potential offerors can contact Megan Kirby at megan.m.kirby.civ@army.mil or Mackenzie Helgerson at mackenzie.a.helgerson.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 22, 2025, 8:06 PM UTC
Apr 22, 2025, 8:06 PM UTC
The document outlines the production status of deliveries associated with a specific Department of Defense (DoD) contract. It details delivery timelines from June 2025 to June 2026, highlighting key components such as contract numbers, delivery orders, shipment tracking, and the status of shipments. The report is structured with columns indicating essential information including MILSTRIP quantities, DODIC codes, pick-up dates, and shipment statuses. Notably, it poses critical questions concerning shipment statuses when scheduled pick-up dates lapse without actual pick-up records. This report plays a vital role in monitoring the execution of government contracts and ensuring compliance with military logistics, reflecting the complexities of managing supply chain operations within federal frameworks. The importance of timely deliveries is emphasized as it impacts operational readiness and contractual obligations between the government and suppliers.
The document outlines a federal solicitation for handling hazardous materials in relation to military-grade explosives, specifically TNT blocks of varying weights. It emphasizes the need for contractors to possess adequate facilities for the safe management of ammunition and explosives, highlighting the inherent risks of fire, explosion, or exposure that could endanger personnel and property. Before awarding the contract, the government intends to conduct a thorough assessment to ensure that prospective contractors meet required safety standards. This RFP underscores the importance of compliance with safety regulations in the handling of hazardous materials, essential for mitigating potential risks associated with explosive substances. The overarching aim is to maintain safety during the procurement and management process of these hazardous items.
Apr 22, 2025, 8:06 PM UTC
The Security Statement of Work (SOW) outlines physical security standards for contractor-owned and operated facilities that manage Arms, Ammunition, and Explosives (AA&E) under the Department of Defense (DoD) Security Risk Category (SRC). It specifies requirements for facility construction, access controls, accountability measures, and incident reporting. The document mandates secure storage protocols, safety standards, and effective surveillance systems for AA&E, categorizing materials based on risk to facilitate proper protective actions. Furthermore, it delineates the conditions for security waivers and exceptions while emphasizing training for personnel responsible for safeguarding AA&E. Key sections cover vulnerability assessments, in-transit security protocols, and procedures for reporting incidents and deviations from set standards. This SOW serves as a centralized reference for contractors, ensuring compliance with DoD security regulations and enhancing protection of sensitive materials critical to national security. It establishes a clear framework for contractors to achieve consistent security practices across various DoD-related operations.
Apr 22, 2025, 8:06 PM UTC
The document outlines a Request for Proposals (RFP) related to the procurement of various types of TNT for First Article Testing. It details the pricing structure across five ordering periods for three different categories: 1/4 LB TNT, 1/2 LB TNT, and 1 LB TNT. For each category, the file specifies order quantities, unit prices, and evaluations based on quantity ranges—varying from 5,000 to 300,000 units. The only fully reported price is for the 1/4 LB TNT, which is quoted at $10.00 per unit, totaling $125,007.50 for the evaluated price. The document also highlights that many prices remain unspecified or are projected to be valued at an undisclosed price, indicating gaps in information for the 1/2 LB and 1 LB TNT sections. This RFP appears to be part of governmental efforts to assess potential contractors capable of supplying explosives within designated parameters for military or related applications, emphasizing thorough pricing evaluations and quantity-based bidding to ensure cost-effectiveness and competitive procurement.
The Army Contracting Command - Rock Island is conducting a Lowest Price Technically Acceptable procurement for demolition and various grades of TNT, documented in solicitation W519TC-25-R-0013. This evaluation relies on past performance surveys to assess timeliness of deliveries and quality of products from identified contractors. Respondents are asked to provide data on contract delivery schedules within a three-year timeframe, alongside an evaluation of related contractual experiences, including Requests for Variance, Engineering Change Proposals, First Article Tests, and customer relationships. The survey aims to gauge the overall performance and reliability of contractors in meeting military standards and specifications for similar products. Responses will be collected by Megan Kirby, whose contact information is provided for inquiries. The survey includes specific rating questions and emphasizes supplying insights into contractor performance, critical for making informed procurement decisions for military applications.
Apr 22, 2025, 8:06 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for a contract involving the manufacturing of TNT Blocks. It specifies various data items required from the contractor, including Requests for Variance (RFV), Engineering Change Proposals (ECP), Notices of Revision (NOR), and additional technical reports like Performance Oriented Packaging Tests and Quality Program Plans. Each data item includes key details such as the submission requirements, authority reference numbers, and requiring offices, along with expectations for electronic submissions and adherence to government standards. The document emphasizes the need for timely and precise information to ensure compliance with contracting regulations and operational readiness. Overall, it serves as a comprehensive guideline for contractors, facilitating the effective management of contractual obligations related to defense contracting processes.
Apr 22, 2025, 8:06 PM UTC
This document is an amendment to a solicitation for a government contract, specifically related to a firm-fixed-price supply contract. It addresses a set of inquiries about the solicitation W519TC-25-R-0013 from potential offerors. Key responses include permissions to attach process flow charts in the technical volume and clarification of color specifications for products. Notably, the correct color code for charges is confirmed as Green Number 34094, and density tolerances for TNT blocks must adhere to the technical data package (TDP). The amendment allows for labels to be affixed to the exterior of bags, enhancing identification without compromising the process. The document underscores the importance of recognizing the amendments prior to offer submission to avoid rejection, while maintaining all existing terms and conditions from the original solicitation unless otherwise modified. Overall, this amendment serves to clarify requirements and foster compliance among contractors within the framework of federal procurement.
Apr 22, 2025, 8:06 PM UTC
The Army Contracting Command - Rock Island (ACC-RI) is seeking proposals for a Total Small Business Set-aside solicitation (RFP W519TC-25-R-0013) for the procurement of various TNT demolition charge blocks, specifically 1/4 lb., 1/2 lb., and 1 lb. configurations. The contract will be an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with five one-year ordering periods, with a guaranteed minimum order of $950,000. Offerors must submit bids for specified quantities and demonstrate compliance with quality standards, including First Article Testing (FAT). Packaging and shipping requirements are stringent, necessitating adherence to Performance Oriented Packaging (POP) standards and special heat treatment for wood materials. Proposals need to include pricing in a specified Price Matrix and remain valid for at least 240 days. A series of technical and logistical considerations, including safety surveys and quality assurance protocols, are outlined to ensure compliance with government requirements. The solicitation emphasizes clear communication and submission guidelines, reinforcing the government's commitment to supporting small businesses in fulfilling defense-related procurement needs.
The document outlines a detailed component procurement and management framework utilized in federal and local government bids and grants. It includes fields for specifying contractor details, manufacturer information, risk ratings, and component specifications, like the Original Equipment Manufacturer (OEM) details and National Stock Numbers (NSNs). Suppliers are categorized based on single sourcing, risk evaluations, and foreign sources, which are critical for assessing supply chain vulnerabilities. A focus on metadata like versions, timestamps, and unique identifiers is included to enhance tracking and verification of components. The overall purpose of this document is to establish a structured template for entities involved in government contracts to seamlessly input, track, and evaluate essential component details and risks, thereby ensuring compliance and effective management of procurement processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Sources Sought for Trinitrotoluene (TNT) Production and Delivery
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is seeking sources for the production and delivery of Trinitrotoluene (TNT) to meet its requirements for Fiscal Years 2027 to 2031. The anticipated production volume ranges from approximately 1,000,000 to 8,000,000 pounds of TNT annually, which is critical for various munitions supporting Department of Defense operations. Interested companies must respond by April 29, 2025, providing detailed information about their capabilities, facilities, and compliance with military specifications, including adherence to packaging and transportation standards outlined in relevant documents. For further inquiries, interested parties can contact Jennifer A. Darby at jennifer.a.darby3.civ@army.mil or Bridget Kramer at bridget.l.kramer.civ@army.mil.
Propelling Charge Support - 60mm, 81mm, 120mm - Solicitation
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of Propelling Charge Support for 60mm, 81mm, and 120mm artillery programs under Solicitation W519TC-25-R-2008. This opportunity is specifically set aside for small businesses and involves a Firm Fixed Price (FFP) contract with a 100% option quantity, emphasizing the need for adherence to technical specifications and quality assurance protocols. The propelling charge supports are critical components for military munitions, ensuring operational effectiveness and safety. Interested vendors must submit their proposals electronically by April 17, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Riley DeBrock at riley.j.debrock.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil.
13--BLK3 TOWED ARR GROO
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of the BLK3 TOWED ARR GROO, which falls under the NAICS code 325920 for Explosives Manufacturing. This contract involves the manufacture and supply of specialized demolition materials, with specific requirements for design, quality assurance, and testing, including First Article Testing (FAT) and Production Lot Testing (PLT). The goods are critical for national defense applications, and the contract will be awarded bilaterally, requiring the contractor's written acceptance prior to execution. Interested parties must have a valid U.S. Security Clearance of Confidential or higher and are encouraged to contact Abigail R. Hurlbut at 717-605-6805 or via email at abigail.r.hurlbut.civ@us.navy.mil for further details. The solicitation emphasizes the importance of compliance with quality standards and the necessity for a Certificate of Conformance (COC) or Certificate of Acceptance (COA) with each shipment.
1377-01-489-5511 WB53
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of 1,586 units of explosive items classified under the NAICS code 325920, which pertains to Explosives Manufacturing. The procurement requires compliance with safety regulations, including a Safety Survey, and detailed specifications regarding explosive weight and class are outlined in the solicitation. These items are critical for military operations, emphasizing the importance of reliability and safety in their manufacturing and delivery. Interested vendors can obtain further information by contacting Connor Fry at 717-605-4048 or via email at connor.fry@navy.mil, as paper copies of the solicitation will not be provided.
1377-00-409-1099, MD16, FLEXIBLE CONFINED DETONATING CORD (FCDC) & 1377-01-441-
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of Flexible Confined Detonating Cord (FCDC) under solicitation number 1377-00-409-1099. This procurement is restricted to specific manufacturers, namely Rockwell/Collins and Pacific Scientific Energetics Material Company/CA, and involves items classified as explosives, necessitating a Safety Survey and adherence to strict safety protocols. The goods are critical for military applications involving explosive devices, and interested parties must contact Zachary J. Dom at 717-605-4364 or via email at zachary.j.dom.civ@us.navy.mil for further details, as paper copies of the solicitation will not be provided.
SPE4A725R0523 – 4925 – TEST SET, BLASTING CAP/ WSIC T
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an indefinite quantity contract (IQC) for the procurement of a Test Set for Blasting Cap, identified by NSN 4925-009993454. This contract, set aside for small businesses, will cover a base period of five years with an estimated annual quantity of 879 units, requiring a minimum delivery order of 220 units and a maximum of 879 units, with delivery expected within 116 days. The goods are crucial for ammunition maintenance, repair, and checkout, underscoring their importance in defense operations. Interested vendors should submit written quotes and can access the solicitation on the DLA Internet Bid Board System (DIBBS) around April 19, 2025; for inquiries, contact Thuy Ho at Thuy.Ho@dla.mil or call 804-279-6092.
Sources Sought for Insensitive Munition Explosive - 104 (IMX-104) Production Capability
Buyer not available
The Department of Defense, through the Army Contracting Command-Rock Island, is seeking information from potential sources for the design, construction, and commissioning of a facility to manufacture Insensitive Munition Explosive - 104 (IMX-104) at the Holston Army Ammunition Plant in Kingsport, Tennessee, or another location within the Continental United States. The facility is expected to produce between 10 to 13 million pounds of IMX-104 annually, adhering to military specifications and NATO standards, with a focus on operational efficiency and compliance with environmental regulations. This procurement is critical for maintaining the Department of Defense's munitions capabilities, and interested parties must submit their responses by May 30, 2025, after registering for an Industry Day scheduled for April 29-30, 2025, to engage with government representatives. For further inquiries, contact Josephine Hennings at josephine.l.hennings.civ@army.mil or Warren Stropes at warren.l.stropes.civ@army.mil.
DOLLY JACK (4 TON)(10 TON)
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking proposals for a five-year Firm-Fixed Price Requirements contract for the procurement of dolly jacks, including an estimated 450 units of the 4-ton model and 1,350 units of the 10-ton model. This solicitation is reserved for small businesses under the Total Small Business Set-Aside program and aims to provide essential hydraulic lifting equipment for military operations. Interested contractors must submit their proposals electronically by 5:00 PM on May 22, 2025, to Clarissa Dixon at clarissa.n.dixon.civ@army.mil, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.
1377-00-409-1096, MD33; 1377-00-409-1097, MD36; 1377-01-448-7159, SS45; 1377-01-
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of explosive items identified by the part numbers 1377-00-409-1096, MD33; 1377-00-409-1097, MD36; and 1377-01-448-7159, SS45. This procurement is restricted to Pacific Scientific, located in Hollister, CA, and includes a limited drawing package, although no paper copies will be provided, and drawings are not available on CD. The items are classified as explosive, necessitating a Safety Survey, and interested parties should refer to the solicitation for specific details regarding explosive weight and class. For further inquiries, potential bidders can contact Taytiana E. Figueroa at 717-605-3619 or via email at taytiana.e.figueroa.civ@us.navy.mil.
Support, Structural Crossmember
Buyer not available
The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking qualified small businesses to provide a Support, Structural Crossmember for the M139 Mine Dispenser. This procurement aims to establish a Firm Fixed Price contract with a 100% option, requiring First Article Testing and access to a restricted Technical Data Package (TDP). The initiative is crucial for enhancing the operational capabilities of the M139 Mine Dispenser, and interested vendors are invited to complete a Sources Sought Attachment to demonstrate their manufacturing capabilities and relevant experience. Responses are due by May 2, 2025, and interested parties can contact Richard Hall at richard.g.hall64.civ@army.mil or Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil for further information.