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. The primary objective is to develop and manufacture fixed-price prototype capabilities for both Department of Defense and commercial use, while maintaining the facility's critical defense industrial base capability to produce steel and brass cartridge cases at a minimum rate of 3,000 units per month. This initiative is vital for enhancing the U.S. organic industrial base and ensuring a steady supply of ammunition components. Interested contractors must submit whitepapers by January 8, 2026, and can direct inquiries to 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 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)
    Buyer not available
    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.
    Various Gages
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Rock Island (ACC-RI), is soliciting offers for the procurement of various gages to support operations at the Rock Island Arsenal - Joint Manufacturing and Technology Center. This solicitation, originally set as a 100% Small Business set-aside, has been amended to remove that restriction, allowing unrestricted participation, and now requires offerors to have an approved DD Form 2345 to access controlled technical drawings. The government intends to award a firm-fixed-price contract to the lowest-priced, compliant offeror, with the closing date for submissions extended to December 8, 2025, at 10:00 a.m. Central Time. Interested parties can reach out to Lisa Digney at lisa.m.digney.civ@army.mil or Joe Rivard at lynn.j.rivard3.civ@army.mil for further information.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting bids for a customized machine base designed for cannon manufacturing process equipment. The procurement involves the design, fabrication, installation, and training for a machine base that can accommodate workpieces of significant dimensions and weight, with specific requirements outlined in the Statement of Work. This machine base is critical for enhancing the manufacturing capabilities at the Watervliet Arsenal, ensuring precision and efficiency in cannon production. Interested contractors must submit their proposals by December 8, 2025, and can direct inquiries to Amanda Robinson at amanda.p.robinson2.civ@army.mil or by phone at 518-266-4931.
    U.S. Army Contracting Command – Watervliet Arsenal (ACC-WVA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    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.
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    WVA CSO Area of Interest- Advanced Cannon Technology
    Buyer not available
    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.
    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.
    Solicitation for Second Source Supplier to Produce 5.56mm, 7.62mm, and Caliber .50 Ammunition
    Buyer not available
    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.
    Aluminum Round Bar
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for the procurement of 6061T6 Aluminum Round Bar, specifically 12 inches in diameter and 84 inches long, for use in the M48A1 Large Filter Production at Pine Bluff Arsenal. The contract will be a three-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, requiring a minimum of 40 and a maximum of 420 units, with strict adherence to material standards including AMS-QQ-200/8 and ASTM-B221. This procurement is critical for manufacturing parts essential to Army operations, and interested small businesses must submit their quotes by 3:00 PM CST on December 15, 2025, to the designated contacts, Heather Johns and Bethany Carbajal. A Certificate of Conformance is required for each order, and payment will be processed via Wide Area WorkFlow (WAWF).
    Solicitation for Steel Shot
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a firm fixed-price contract to supply steel shot, with a total small business set-aside designation. This procurement aims to establish a three-year contract for the delivery of steel shot, which is crucial for various military applications, including training and operational readiness. Interested vendors should refer to the attached Request for Quotation (RFQ) for detailed specifications and requirements. For further inquiries, potential bidders can contact Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or Jennifer Salyers at jennifer.l.salyers2.civ@army.mil, with the place of performance located in Corpus Christi, Texas.