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
    N0016423GJN16-JO07 –JO PIID N00164-26-RFPREQ-CR-JXN-0036 –SOLE SOURCE—30MM MK44 GUNS IN VARYING CONFIGURATIONS, ASSOCIATED SPARE PARTS, AND SPECIAL TOOLING, – PSC – 1005 – NAICS 332994
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure 30mm MK 44 chain-fed guns in various configurations, along with associated spare parts and special tooling. This procurement is critical for maintaining the operational capabilities of naval forces, as these guns are essential components of naval weapon systems. The anticipated award amount for this sole source contract to Northrop Grumman Systems Corporation is approximately $40 million, with an expected award date around January 28, 2027, and a performance period of roughly one year. Interested parties may submit capability statements to Mr. Derek Perry at derek.s.perry2.civ@us.navy.mil, referencing announcement number N0016423GJN16-JO07 in all communications.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.
    AMD 0001 AGMS Production FY26, Sole Source to Lockheed Martin
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the production and engineering services of Air-to-Ground Missile Systems (AGMS), specifically targeting HELLFIRE and JAGM missiles for fiscal year 2026. The procurement aims to establish a new subsumable contract under the existing Umbrella Contract SPE4AX22D9000, with a primary contract type of Firm Fixed Price and a secondary type of Cost Plus Fixed Fee, detailing specific missile variants and their respective minimum and maximum quantities. This acquisition is crucial for maintaining the operational readiness and effectiveness of U.S. military capabilities in guided missile technology. Interested parties must submit their proposals by January 26, 2026, at 4:00 PM CST, and all communications should be directed in writing to the DLA contracting team, specifically to Anna Phillips at anna.phillips@dla.mil or Mallory Medley.
    155mm M795 LAP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking procurement for the 155mm M795 Projectile Load, Assemble, and Pack (LAP). This opportunity involves a redacted justification and approval related to contracts W519TC23D0014 and W519TC23D0015, indicating the importance of these munitions in military operations. The primary contact for this opportunity is Beau Bixler, who can be reached at beau.j.bixler.civ@army.mil or by phone at 309-782-5037 for further inquiries.
    Procurement of High Mobility Artillery Rocket System (HIMARS) Launchers for Full-Rate Production (FRP) Years 18-19
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Redstone, is conducting market research through a Request for Information (RFI) to identify potential suppliers for the procurement of M142 High Mobility Artillery Rocket System (HIMARS) launchers for Full-Rate Production (FRP) for fiscal years 2027 and 2028. The procurement aims to support the Strategic and Operational Rockets and Missiles Project Office, requiring interested parties to provide white papers detailing their capabilities, past experience, and technical approaches to producing HIMARS launchers, with a focus on efficient and cost-effective execution. The HIMARS system is critical for tactical forces, enabling rapid and precise engagement of targets, and the total production quantities sought range from a minimum of 48 to a maximum of 192 units over the specified fiscal years. Responses to the RFI are due by December 20, 2025, and interested parties should direct inquiries and submissions to Tameka A. Parker at tameka.a.parker2.civ@mail.mil.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    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.
    PROJECTILE, 155 MILLIMETER: HE, ADVANCED SUBMUNITIONS, XM1208
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - New Jersey, is conducting a market survey to identify potential sources for the production of the 155mm HE Advanced Submunitions, designated as the XM1208 projectile. This procurement aims to establish a domestic production capability for the XM1208, which is intended to enhance U.S. ground forces' effectiveness in engaging targets, particularly in personnel and light materiel missions, while complying with Department of Defense cluster munition policies. Interested parties must demonstrate their production capabilities, including monthly delivery rates, facility specifications, and quality assurance measures, and submit their responses by 0900 ET on December 22, 2025, to the designated contacts, John C. Scott Jr. and Cameron Sacco, via email. All submissions will be treated confidentially and at no cost to the government.
    DJF-23-1200-LTL-1
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to procure ammunition through a sole source urgency contract identified as DJF-23-1200-LTL-1. This procurement is critical for the FBI's operational needs, particularly in relation to their law enforcement and national security missions. The ammunition, classified under the PSC code 1305, is essential for various applications within the agency, underscoring its importance in maintaining operational readiness. Interested vendors can reach out to Ryan Dolan at RDOLAN@FBI.GOV for further details regarding this opportunity.