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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    6135-00-883-9024 TU44
    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 263 units of the explosive item identified as 6135-00-883-9024 TU44, with an option for an additional 133 units. This competitive opportunity is set aside for small businesses and requires compliance with stringent safety and quality standards, including a Safety Survey and various documentation as outlined in the Contract Data Requirements List (CDRL). The goods are critical safety items, emphasizing the importance of adherence to specifications and quality assurance processes throughout production. Interested parties can reach out to Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil for further details, as paper copies of the solicitation will not be provided.
    1377-01-356-7841 SP02 1377-01-356-7842 SP03
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for explosive items under the solicitation titled '1377-01-356-7841 SP02 1377-01-356-7842 SP03'. This procurement is restricted to Rockwell Collins and involves items classified under the NAICS code 325920 for Explosives Manufacturing, with a focus on cartridge and propellant actuated devices and components. The items are critical for defense operations, necessitating a Safety Survey due to their explosive nature, and a limited drawing package is available for interested contractors. The solicitation close date has been extended to July 11, 2025, at 2:00 PM Eastern Time, and interested parties should acknowledge receipt of this amendment to ensure their offers are considered. For further inquiries, contractors can contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil.
    1377-00-193-8832; M363; Impulse Cartridge, MK 124 Mod 0
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of the Impulse Cartridge, MK 124 Mod 0, under contract number N00104-26-N-B015. This competitive opportunity involves the supply of explosive items, with specific requirements for safety surveys and detailed reporting as outlined in the Contract Data Requirements List (CDRL), which includes various data items such as acceptance test plans and failure analysis reports. The cartridges are critical components used in military applications, necessitating strict compliance with safety and quality standards. Interested vendors should contact Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or call 771-229-0433 for further details, as paper copies of the solicitation will not be provided.
    1377 - 1377004091099, MD16; 1377014411650, SS17
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of explosive items under solicitation numbers MD16 and SS17. The contract involves the manufacturing of cartridge and propellant actuated devices and components, classified under NAICS code 325920, with specific requirements for safety surveys and compliance with explosive weight and class specifications. These items are critical for military operations, necessitating strict adherence to safety and documentation standards, including the preparation of Ammunition Data Cards (ADCs) as outlined in associated documentation. Interested vendors can reach out to Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or by phone at 771-229-0433 for further details regarding the solicitation process.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Mild Detonating Cord Assembly Kit DWG 837AS231 Quantity 72
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting offers for the procurement of 72 Mild Detonating Cord Assembly Kits, as specified in drawing DWG 837AS231. This procurement falls under the NAICS code 325920 for Explosives Manufacturing and is critical for military operations involving cartridge and propellant actuated devices. The solicitation has undergone several amendments, with the latest response due date extended to January 15, 2026, at 2:00 PM Eastern time, and interested parties must acknowledge receipt of the amendments to ensure their offers are considered. For further inquiries, potential offerors can contact Alex Bonner at alexander.j.bonner2.civ@us.navy.mil or Ashley Leonard at ashley.leonard@navy.mil.
    Sources Sought for Mild Detonating Cord/Fuze
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from potential sources for the procurement of mild detonating cord/fuze (MDC) for use in prototype military munitions at Redstone Arsenal in Huntsville, Alabama. The requirement includes less than 2,000 feet of metal clad MDC with specific dimensions of 1.5-2.0 mm in diameter and a weight of 2.5-3.0 gr/ft, which is critical for explosive signal transfer. This request for information (RFI) aims to gather market research and identify contractors capable of fulfilling this need, with responses due by 3:00 PM CST on December 19, 2025. Interested parties should submit white papers detailing their capabilities and product specifications to the primary contact, Jimmy Creech, at jimmy.w.creech.civ@army.mil.
    1377 - 1377004091099, MD16; 1377014411650, SS17
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of explosive items under solicitation numbers MD16 and SS17. The procurement involves cartridge and propellant actuated devices and components, which are critical for various military applications, necessitating compliance with stringent safety and manufacturing standards. Interested vendors should note that paper copies of the solicitation will not be provided, and a safety survey will be required due to the explosive nature of the items. For further inquiries, potential bidders can contact Taytiana Quiero at 771-229-0433 or via email at taytiana.e.quiero.civ@us.navy.mil.
    Solicitation - Holder, Ammunition NSN: 1398-01-330-9529
    Dept Of Defense
    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.
    1377 - NSN 1377-01-423-2502, SQ03, CCU-133/A, Impact Initiator, P/N: 6094100-101-02 and NSN 1377-01-423-1008, SQ04, BBU-58/A, Front Mount Initiator, P/N: 6092100
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure explosives-related supplies, including the NSN 1377-01-423-2502 (Impact Initiator) and NSN 1377-01-423-1008 (Front Mount Initiator), with quantities of 67 and 73 units respectively. These items are critical components in military applications, and the procurement will adhere to strict safety and security protocols due to the nature of the explosives involved. Interested suppliers are encouraged to submit capability statements, as the government intends to negotiate with a single source under FAR 6.302, with the solicitation expected to be available no earlier than the response date for this notice. For further inquiries, potential bidders can contact Andrew Emrich at 771-229-3927 or via email at andrew.e.emrich.civ@us.navy.mil.