Operation of the Quad City Cartridge Case Facility (QCCCF)
ID: RFSQCCCFType: Solicitation
Overview

Buyer

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

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

AMMUNITION, 75MM THROUGH 125MM (1315)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the operation of the Quad City Cartridge Case Facility (QCCCF) in Rock Island, Illinois, for Government Fiscal Year 2026. The objective is to develop and manufacture fixed-price prototype capabilities that enhance workload and revenue while maintaining the critical defense industrial base for producing steel and brass cartridge cases at a minimum rate of 3,000 units per month. This initiative is vital for sustaining the U.S. organic industrial base and ensuring the availability of essential ammunition components. Interested parties must submit white papers by January 8, 2026, with further details available from primary contact Mallory Schmitt at mallory.d.schmitt.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the Department of Defense's requirement for contractor oversight, maintenance, and new product development at the Quad City Cartridge Case Facility (QCCCF) at Rock Island Arsenal (RIA). The QCCCF is a crucial facility for producing brass and steel cartridge cases. The contractor will be responsible for developing innovative prototypes, manufacturing processes, and conducting pilot trials for munition components. Key tasks include capability analysis, equipment and facility maintenance, and adherence to strict safety and environmental regulations. The QCCCF will operate as a Government-Owned, Contractor-Operated (GOCO) facility, with initial funding for utilities and maintenance provided by the Government, transitioning to contractor funding in year four. The goal is to establish an efficient manufacturing and production model for both developmental and sustained full-rate production of ammunition components.
    This government file outlines the
    The provided document is a cover page for a Request for Solutions (RFS) or similar government procurement, designed to be filled out by an offeror. It serves as a comprehensive checklist and information sheet, capturing essential details for proposal submission. Key sections include administrative information such as the RFS title, offeror's name, CAGE code, SAM UEI, address, and primary/alternate points of contact with their respective phone numbers and emails. Financial details require the total proposed cost and any cost share. The offeror must also indicate whether the proposal is Fixed Price or Expenditure-Based. Crucially, the document addresses data rights assertions, requiring the offeror to specify if standard rights apply or if further details are provided elsewhere in the proposal. Finally, it asks for the offeror's business type, differentiating between Non-traditional defense contractors/non-profits, Small Businesses, Traditional Defense Contractors (with or without a 1/3 cost share), or Traditional Defense Contractors utilizing a non-traditional entity to a significant extent, which requires justification. This cover page streamlines the initial submission process by gathering critical compliance and operational information upfront.
    The provided government file outlines key categories for asserting restrictions on technical data or computer software furnished with restrictions. It details the 'Basis for Assertion,' 'Asserted Rights Category,' 'Deliverables Affected,' and 'Name of Organization Asserting Restrictions.' This structure is typical for federal government RFPs, grants, and state/local RFPs where intellectual property rights and data usage are critical. The document serves to clarify the nature and scope of restrictions on proprietary information, ensuring compliance and proper handling of sensitive data in government contracts.
    The document outlines the
    The Quad City Cartridge Case Facility (QCCCF) Industry Day #1 Q&A addresses various operational aspects of the facility, including environmental compliance, production capabilities, and infrastructure. The Rock Island Arsenal Garrison (RIAG) manages all environmental permits, covering air emissions, hazardous waste, wastewater, and stormwater. The QCCCF currently lacks an Explosive Safety Site Plan (ESSP) but could handle energetic materials if safety requirements are met. The facility has three operational substations with adequate power for full-rate production. Production throughput for steel cases is 5,000/month and for brass cases is 13,000/month on a 1-8-5 schedule, with potential for increased surge capacity. Key equipment includes spheroidizing furnaces, draw preparation systems, and heat treatment facilities, with specified capacities and operational parameters. Acid recovery is not currently operational but can be reconstituted. Utility metering for electricity, natural gas, water, and wastewater is in place, with the operating contractor responsible for reporting natural gas and wastewater data to RIAG. The facility requires 12 employees for batch production and 25 for continuous production. Future industry days are planned for Q3FY25, offering more detailed information and potentially operational equipment tours. Expansion opportunities and storage options require negotiation with JMTC/RIAG.
    The Request for Solutions (RFS) is for the operation of the Quad City Cartridge Case Facility (QCCCF) for Government Fiscal Year 2026, issued by Army Contracting Command - Rock Island. Its purpose is to solicit fixed-price prototype whitepapers for capabilities that could be developed and manufactured at the QCCCF for Department of Defense or commercial use, aiming to increase workload and revenue. The contractor must also maintain the critical defense industrial base capability of producing steel and brass cases at a minimum rate of 3,000 units per month. This effort will be executed through an Other Transaction Agreement (OTA) to develop a business model and production process for innovative work, enhancing the US organic industrial base. The RFS outlines eligibility requirements, a 48-month period of performance at QCCCF, metrics for successful completion, intellectual property rights, and detailed safety and environmental compliance protocols. White papers are due by January 8, 2026, followed by potential oral presentations for selected offerors.
    The Request for Solutions (RFS) QCCCF, issued by Army Contracting Command - Rock Island, seeks white papers for the operation of the Quad City Cartridge Case Facility (QCCCF) for Government Fiscal Year 2026. The purpose is to solicit fixed-price prototype white papers for potential capabilities to be developed at the QCCCF, aiming to increase workload and revenue while maintaining critical defense industrial base capabilities for producing steel and brass cartridge cases. This effort is executed under an Other Transaction Agreement (OTA) to enhance the U.S. organic industrial base and sustain the QCCCF's specialized skills. The period of performance is 48 months at the QCCCF in Rock Island Arsenal, IL. Key requirements include developing a business model, identifying innovative work, and creating a process map for cartridge case production. The RFS outlines eligibility, intellectual property rights, security, safety, and environmental compliance, including specific reporting and plan requirements. The evaluation process is two-step: white paper submission followed by oral presentations for selected offerors, with criteria focusing on manufacturing experience, technical approach, and price. Submissions are due by January 8, 2026.
    The RFS QCCCF document, issued by Army Contracting Command - Rock Island, addresses submitted questions and answers regarding the operation of the Quad City Cartridge Case Facility (QCCCF) for Government Fiscal Year 2026. Key clarifications include the allowance of up to 25 oversized pages for graphs, charts, tables, and diagrams, which are separate from the 25-page limit for the main White Paper (8.5” x 11”). Additionally, the document clarifies that Enclosure 3 (Milestone Payment Schedule) and Enclosure 2 (Data Rights IP Assertion Table) do not count towards the 25-page White Paper limit. The RFS also explains renumbering in the updated version dated December 12, 2025, which clarifies duplicate section D.4.s and the apparent omission of Evaluation Criteria 3 and 4. White papers are due by January 8, 2026, at 4:00 PM Central, and questions were not accepted after December 10, 2025, at 12:00 PM Central.
    The QCCCF Vendor Opportunity Day Questions document addresses various inquiries regarding the operational capabilities and specifications of the QCCCF facility, likely in the context of a Request for Solution (RFS) for manufacturing federal government components. It confirms that 40mm and 57mm brass cartridge cases were manufactured on refurbished presses and provides detailed specifications for thirteen presses, including stroke, tonnage, and speed. The document states that presses can cycle simultaneously and outlines utility metering responsibilities. It details monthly production rates for steel and brass cases, lists cartridge cases previously produced and those with existing tooling, and provides a critical equipment list with production capacities. The plating process is currently offsite, and environmental permits for air emissions and wastewater are maintained by the Rock Island Arsenal Garrison.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Cornerstone Initiative CS-26-1501: Quad Cities Cartridge Case Facility (QCCCF)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a procurement opportunity for the operation and maintenance of the Quad Cities Cartridge Case Facility (QCCCF) located in Rock Island, Illinois. The selected contractor will be responsible for all aspects of facility operation, including maintenance, safety, and security, while also proposing innovative work to meet both Department of Defense and commercial needs. This initiative is part of the Cornerstone Other Transaction Agreement (OTA), aimed at strengthening the U.S. Manufacturing and Defense Industrial Base, and is restricted to members of the Cornerstone Consortium. Interested entities must have an active registration in SAM.gov and a signed Cornerstone Consortium Management Agreement to be eligible for proposal submission. For further inquiries, interested parties can contact the Cornerstone Team via email at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.
    CY26 Administrative Contracting Officer Support and GSA Vehicle Support at IAAAP and MLAAP
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island, is seeking support for Administrative Contracting Officer and GSA Vehicle services for Calendar Year 2026 at the Iowa Army Ammunition Plant (IAAAP) and Milan Army Ammunition Plant (MLAAP). This procurement is anticipated to result in a task order awarded to American Ordnance LLC, the current Operating Contractor, under an existing Basic Ordering Agreement (BOA) that extends through 2033. The services are crucial for the operation and management of ammunition facilities, ensuring compliance with government property regulations. Interested parties can direct inquiries to Cody R. Melton at cody.r.melton.civ@army.mil, noting that this notice is for informational purposes only and does not constitute a formal Request for Proposal (RFP).
    Solicitation for Second Source Supplier to Produce 5.56mm, 7.62mm, and Caliber .50 Ammunition
    Dept Of Defense
    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 under solicitation W519TC-25-R-0034. This procurement aims to ensure a reliable supply of small arms ammunition, which is critical for military operations and readiness. The proposal submission deadline has been extended to February 17, 2026, and interested parties are encouraged to submit questions or comments using the provided Comment/Question and Answer Template by December 12, 2025. 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.
    Government Owned Contractor Operated Army Ammunition Plant Design, Build and Commission MATOC to support Industrial Base Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking industry feedback on the Draft Request for Proposal (RFP) for the Government Owned Contractor Operated Army Ammunition Plant Design, Build, and Commissioning Multiple Award Task Order Contract (MATOC) W519TC-25-R-0026. This procurement aims to modernize the industrial base by constructing and commissioning ammunition facilities, which are critical for maintaining national defense capabilities. Interested parties are encouraged to review the updated draft documents, including the Statement of Work and scoring matrix, and provide comments or questions by 3 PM Central Time on January 5, 2026, via email to the designated contacts, including Rebecca Bernard and SFC Pramod Khanal. One-on-one sessions are also available for further discussion on this opportunity.
    Radford Army Ammunition Plant - DRAFT Solicitation
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is seeking industry feedback for the draft solicitation related to the Radford Army Ammunition Plant (RFAAP) operations, specifically focusing on the production of propellants and facility management. The procurement aims to gather insights on the Performance Work Statements (PWS) and Sections L&M, which cover various operational aspects including environmental compliance, facility planning, fire protection, and safety requirements. This opportunity is crucial for ensuring the effective management and modernization of ammunition production facilities, thereby supporting national defense capabilities. Interested parties are encouraged to register for Industry Day 6, scheduled for January 13-14, 2026, and must submit their registration forms by January 6, 2026, to the designated contacts, including Anna E. Whitcomb at anna.e.whitcomb2.civ@army.mil.
    Radford Army Ammunition Plant - DRAFT Solicitation
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking proposals for the operation and modernization of the Radford Army Ammunition Plant (RFAAP) under the DRAFT Request for Proposal (RFP) W519TC-25-R-0045. This procurement aims to award a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a potential thirty-year performance period, focusing on the production of propellants and related services, with a maximum contract value of $10 billion. The contractor will be responsible for a range of services including environmental compliance, facility maintenance, security, and cybersecurity, all critical to ensuring the operational readiness and modernization of the ammunition plant. Interested parties must submit their proposals, including a Small Business Subcontracting Plan and executed Non-Disclosure Agreements, by the extended deadline of August 12, 2025, and can direct inquiries to primary contact Anna E. Whitcomb at anna.e.whitcomb2.civ@army.mil or secondary contact Amanda Carlson at amanda.l.carlson25.civ@army.mil.
    WVA CSO Area of Interest- Advanced Cannon Technology
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking innovative solutions in the area of Advanced Cannon Technology through a Commercial Solutions Opening (CSO) under the Army Contracting Command-Watervliet Arsenal (ACC-WVA). The objective is to identify environmentally friendly bore coating technologies that eliminate hexavalent chromium, reduce life cycle costs, and enhance readiness, while also exploring advanced manufacturing methods for large caliber cannon production. Interested parties must submit their written solutions via email to the designated point of contact, Lauren A. Scripps, by the closing date of August 26, 2026, and should be registered in the System for Award Management (sam.gov). For further inquiries, interested vendors can reach out to Lauren Scripps at lauren.a.scripps.civ@army.mil.
    Base Operations Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Base Operations Support Services at the Rock Island Arsenal in Rock Island, IL. This procurement aims to fulfill the operational needs associated with facilities support services, which are crucial for maintaining administrative facilities and service buildings. Interested vendors should note that this opportunity is set aside for 8(a) competed firms, and they can reach out to Lindsay Park at lindsay.p.park.civ@army.mil or Christina Reyes at christina.s.reyes.civ@army.mil for further information. The solicitation details are expected to be released soon, and potential bidders should prepare their submissions accordingly.
    U.S. Army Contracting Command – Watervliet Arsenal (ACC-WVA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The U.S. Army Contracting Command – Watervliet Arsenal is soliciting proposals for the Organic Industrial Base (OIB) Modernization through a Commercial Solutions Opening (CSO) aimed at enhancing defense capabilities via innovative commercial items and technologies. This initiative is part of a broader effort to modernize the Army's manufacturing capabilities, focusing on advanced manufacturing, connected digital systems, and cyber security to maintain military advantage as outlined in the 2014 Quadrennial Defense Review. The CSO process is open until September 30, 2024, and invites both traditional and non-traditional contractors to submit proposals that include an executive summary, technology concept, and rough pricing estimates, with evaluations based on technical merit and funding availability. Interested parties can contact Lauren Scripps at lauren.a.scripps.civ@mail.mil for further information.
    HDPE, Solid
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of High-Density Polyethylene (HDPE) to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). This firm-fixed-price contract, issued under FAR Parts 12 and 13, requires contractors to meet specific material requirements, including dimensions and physical properties, and to provide certified test reports and certificates of conformance. Timely delivery to the Rock Island Arsenal in Illinois by February 9, 2026, is critical, with penalties for any delays. Interested contractors can reach out to John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further details regarding the solicitation W519TC26QA053.