PGU-48/B Frangible Armor Piercing Ammunition
ID: FA852024R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8520 ALFCMC EBWKROBINS AFB, GA, 31098-1670, USA

NAICS

Small Arms Ammunition Manufacturing (332992)

PSC

AMMUNITION, THROUGH 30MM (1305)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking to procure PGU-48 25mm Frangible Armor Piercing (FAP) cartridges through a Sole Source Firm-Fixed-Price Requirements Indefinite Delivery Contract (IDC) with American Rheinmetall Munition Inc. This procurement aims to support the United States Air Force and Foreign Military Sales (FMS) customers, with an initial ordering period of 12 months and options for four additional annual periods, totaling an estimated quantity of 200,000 units in the first year and 150,000 units for each subsequent year. The contract is critical for ensuring the availability of specialized ammunition necessary for military operations, with the effective ordering period anticipated to begin in FY 25. Interested parties can contact Shirley Breeze at shirley.breeze@us.af.mil or Charles Harris at charles.harris.3@us.af.mil for further details, and sealed bids are due by January 13, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The file indicates the importance of utilizing Adobe Reader for optimal access to the document's content. It serves to inform government analysts and stakeholders about how to effectively engage with federal RFPs (Requests for Proposals), federal grants, and state and local RFPs. The communication signifies a strategic approach for entities interested in obtaining government funding and contracts. It emphasizes the need for proper submission and review processes, ensuring that potential applicants are adequately equipped to comply with the specific requirements and standards outlined in these solicitations. The overall aim is to foster clarity and efficiency in navigating governmental processes related to funding opportunities and project proposals.
    This document details an amendment to Request for Proposal (RFP) FA8520-24-R-0007, issued by the U.S. Air Force for the procurement of 25mm PGU-48 Frangible Armor Piercing cartridges. Key modifications include the removal of specific solicitation provisions and the revision of contract clauses focused on equal opportunity and compliance. The amendment outlines the contract structure, specifying a Requirements Indefinite Delivery Contract with an initial ordering period of one year, extendable for four subsequent years. The solicitation stipulates varied estimated quantities and delivery terms, such as an initial delivery of 50,000 units within 60 days after article approval, and allows for partial shipments. Furthermore, the document establishes guidelines for inspections and acceptance, ensuring adherence to quality standards and mandates related to the Buy American Act. These changes are crucial for maintaining compliance and operational effectiveness within military procurement processes, demonstrating a structured approach to sourcing essential military supplies while integrating regulatory compliance and quality assurance measures.
    The document is a Request for Proposal (RFP) issued by the Legacy Air Dominance division to procure PGU-48 25mm Frangible Armor Piercing (FAP) cartridges. This procurement is part of a Requirements Indefinite Delivery Contract (IDC), encompassing a basic ordering period of one year, with options for four additional years. The RFP details specific supply requirements, total estimated quantities for each contract line item, and associated pricing structures. It emphasizes the necessity of compliance with various defense-related regulations, including quality assurance standards and inspection requirements. The RFP requires contractors to submit sealed bids by January 13, 2025, and contains clauses for delivery expectations, including the commencement of initial shipments following the approval of prototype units. The request outlines conditions related to inspections, acceptance procedures, and responsibilities of the awarded contractor. It is positioned within a broader context of federal procurement processes, focusing on ensuring the armed forces' ammunition supply meets strategic and operational requirements.
    The document outlines the Statement of Work (SOW) for the procurement of the 25mm PGU-48/B Frangible Armor Piercing Cartridge, detailing administrative and technical obligations for contractors. The key sections address item requirements, data management, pre-production and production requirements, and security protocols. A primary aspect of the SOW involves the rigorous testing and validation processes that contractors must complete before and during production, including First Article Acceptance Testing (FAAT) and Lot Acceptance Testing (LAT). The document emphasizes the necessity for a comprehensive Quality Assurance Program Plan (QAPP) and stipulates specific reporting requirements such as Ammunition Data Cards and various engineering change proposals. Security measures for handling and shipping the ammunition are critical, along with adherence to national and international regulations regarding sensitive data and export controls. Data marking, configuration management, and clear lines of communication for document submission are also mandated to ensure compliance with U.S. government standards. This SOW serves to guide contractors in delivering the specified ammunition while ensuring quality, safety, and compliance with federal contracting laws and standards, thus supporting the broader objectives of the Department of Defense in maintaining operational effectiveness.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BBU-48A/B Impulse Cartridge
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the production of BBU-48A/B impulse cartridges, a critical component for RR-180 and RR-196 Chaff applications on various aircraft. Contractors must meet stringent qualification criteria, including facility certifications and compliance with technical specifications, to ensure the cartridges' reliability and safety in military operations. This procurement is vital for maintaining operational readiness and enhancing defense capabilities, with a total estimated contract value of approximately $3,996,117. Interested small businesses must submit their proposals by the specified deadline, and inquiries can be directed to David "Nick" Padgett at david.padgett@us.af.mil or Ellis Swenson at ellis.swenson@us.af.mil.
    Drogue Severance Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the procurement of Drogue Severance Assemblies under solicitation number FA8213-25-R-3002. This requirement includes multiple line items for ballistic devices used in aircraft ejection systems, with a total quantity of 700 units to be delivered to Hill Air Force Base, Utah, within 18 months after contract award. The goods are critical for life support systems in military aircraft, emphasizing the importance of reliability and safety in explosive manufacturing. Interested contractors must be qualified sources by the time of contract award, with proposals due by May 2025; for further inquiries, contact Abbigail Clawson at abbigail.clawson@us.af.mil or Roger Mott at roger.mott@us.af.mil.
    MK 255 MOD 1 AA17 5.56MM RRLP CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the procurement of 5.56mm Reduced Ricochet Limited Penetration (RRLP) ammunition for the MK255 Mod 1, intended for use by Naval Special Warfare and US Special Operations Command. This solicitation is a Total Small Business Set-Aside, encouraging participation from small businesses, including those owned by women and service-disabled veterans, and outlines specific requirements for bid submissions, including minimum and maximum quantities and pricing structures. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) format over a five-year period, emphasizing quality control, safety, and compliance with applicable regulations such as the International Traffic in Arms Regulations (ITAR). Interested parties should contact Shawna Gainey at shawna.y.gainey.civ@us.navy.mil or Leslie Graber-Heshelman at leslie.a.graber-heshelman.civ@us.navy.mil for further details.
    6.5MM Creedmoor (CM), Special Ball Long Range Ammunition, M1200, DODIC AC58
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking proposals for the procurement of 6.5MM Creedmoor (CM), Special Ball Long Range Ammunition, DODIC AC58, to support the operational needs of the US Marine Corps and US Special Operations Command (USSOCOM). This procurement aims to establish a Firm Fixed-Price, Five-year, Indefinite Delivery Indefinite Quantity (IDIQ) supply contract, with an estimated maximum contract value of $40 million for approximately 17,367,760 rounds, requiring delivery within 120 days of order placement. Interested vendors must submit product samples and proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with the final proposal due date extended to April 7, 2025, at 2:00 PM ET. For further inquiries, contact Mr. Ryan Harvey at 812-826-4441 or via email at ryan.d.harvey21.civ@us.navy.mil.
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Augmentor Nozzle, a critical safety item for military aircraft. The procurement aims to acquire 373 units from approved sources, specifically RTX Corporation and Soldream, Inc., with delivery expected by June 30, 2025. This contract action is essential for maintaining the operational readiness of military aircraft, and while the solicitation is not set aside for small businesses, they are encouraged to pursue subcontracting opportunities. Interested parties should note that the estimated issuance of the Request for Proposal (RFP) SPRTA1-25-R-0186 is on February 7, 2025, with a closing date of March 10, 2025. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    FMU-167/B Sources Sought Synopsis
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis for the FMU-167/B Hard Target Void Sensing Fuze, identified by NSN 1325-01-632-0205. The objective is to identify potential contractors capable of producing this fuze, which requires manufacturing expertise to achieve a minimum production rate of 3,000 units per year, with specifications that include penetration capabilities through multiple layers of soil and reinforced concrete. This fuze is critical for military operations, as it integrates with cockpit mission planning systems and fits standard 3” bomb fuze wells. Interested small businesses, including those that are 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, are encouraged to respond with their small business status and relevant experience. For further inquiries, interested parties may contact Ellis Swenson at ellis.swenson@us.af.mil or David "Nick" Padgett at david.padgett@us.af.mil.
    F-100 Seal, Metallic, Aircr
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 metallic seals, a critical safety item, under contract number SPRTA1-25-R-1155. A total of 588 units are required, with a delivery deadline set for July 23, 2026, and the estimated issue date for the Request for Proposal (RFP) is February 12, 2025, with a proposed closing date of March 14, 2025. This procurement is essential for maintaining the operational integrity of military aircraft, and it is subject to specific qualification and export control requirements, with no small business set-asides. Interested parties should contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112 for further details and to ensure their proposals meet the evaluation criteria, which will include pricing, technical capabilities, and past performance.
    F-100 Seal, Metallic, Aircr
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 Seal, Metallic, Aircraft, a critical safety item essential for aircraft operations. The procurement involves a total requirement of 663 units, with a minimum order of 167 and a maximum of 998, and is subject to first article and qualification requirements due to its safety designation. This solicitation, identified as SPRTA1-25-R-0227, is particularly important as it involves components for gas turbines and jet engines, which are vital for military aviation. Interested bidders must submit their proposals by February 24, 2025, and can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112. The solicitation will be available electronically, and only specified sources are approved for this contract.
    Sources Sought Synopsis for CR & CRC
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a Sources Sought Synopsis to identify potential sources for the F-15 Canopy Remover Cartridge and related items. This opportunity aims to gather information for market research purposes, focusing on the capabilities of vendors in engineering, manufacturing, and testing explosive items similar to the F-15 cartridges, with an emphasis on exploring the possibility of a Small Business Set-Aside for eligible firms. Interested parties are encouraged to submit their company profiles and relevant experience by April 11, 2025, as the government seeks to evaluate the competitiveness of this procurement. For further inquiries, interested vendors may contact Sharon Davis at sharon.davis.16@us.af.mil or Shasta Selwood at shasta.selwood@us.af.mil.
    Solicitation_Barrel and Front Sight Assembly
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for a Firm-Fixed Price, five-year Requirements Contract for the Barrel and Front Sight Assembly, identified by National Stock Number 1005-01-233-8529. This procurement is a total small business set-aside, aimed at establishing pricing for discrete quantities of military supplies essential for operational readiness. The solicitation includes specific requirements for export control, military packaging, and compliance with the Small Arms/Light Weapons Serialization Program, reflecting the critical nature of these components in defense operations. Interested contractors must submit their proposals electronically by March 31, 2025, and can direct inquiries to Contract Specialist Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil.