Demilitarization and Disposal of Shotgun Cartridges
ID: W519TC25R0014Type: Solicitation
Overview

Buyer

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

NAICS

Small Arms Ammunition Manufacturing (332992)

PSC

AMMUNITION, THROUGH 30MM (1305)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the demilitarization and disposal of shotgun cartridges under solicitation number W519TC-25-R-0014. The procurement aims to engage qualified contractors to manage the safe demilitarization, treatment, and recycling of approximately 1,898,633 shotgun cartridges, adhering to stringent safety, environmental, and regulatory standards. This initiative is crucial for maintaining compliance with federal guidelines regarding hazardous materials and ensuring the effective management of military supplies. Interested contractors must submit their proposals by February 3, 2025, at 9:00 AM U.S. Central Time, and can direct inquiries to Caitlyn Smith at caitlyn.l.smith3.civ@army.mil or John Fury at john.p.fury2.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a government Request for Proposal (RFP) for the supply of shotgun shell cartridges. The solicitation number is W519TC-25-R-0003, with a specific focus on the procurement of approximately 1,898,633 cartridges. The document includes sections for contractors to fill in pricing details, including unit price, total price, transportation costs, and any fees associated with the use of government-owned property. Currently, all price fields are left blank, indicating that bidders have yet to provide their estimates. The total evaluated price is also absent, suggesting that this is an initial stage of the procurement process. The RFP illustrates the government's need to evaluate bids for providing military supplies, reflecting the structured approach to budgeting and contracting within federal and local government operations.
    The document consists of various Federal and Local government RFPs (Requests for Proposals) related to ammunition supplies, specifically shotgun cartridges and their types. It contains a comprehensive list of National Stock Numbers (NSNs) alongside item descriptions, quantities, and specific locations like MCAAP (McAlester Army Ammunition Plant) and TEAD (Tooele Army Depot). The main focus is on different types of shotgun cartridges, including .410 gauge and 12 gauge rounds, with specifications on packaging, material (aluminum or brass case), and intended use (such as for hunting or crowd control). The list details quantities and weights, indicating the logistics of supply management for these items. This document serves as a reference for procurement activities, ensuring transparency in the purchasing process for ammunition. By consolidating information on various cartridges, the document facilitates decision-making regarding inventory levels and supplier selection for federal safety and defense requirements. Overall, it underscores the federal government's commitment to maintaining an organized supply chain for essential ammunition resources.
    The Past Performance Questionnaire (PPQ) is a critical component of the Demilitarization of Shotgun Cartridges Solicitation (W519TC-25-R-0014) undertaken by the Army Contracting Command – Rock Island. This document requires Offerors to provide past performance references, which must be completed and submitted as part of their proposal. The questionnaire assesses potential contractors based on various performance metrics, including quality, schedule adherence, problem resolution, and regulatory compliance. Ratings range from "Excellent" to "Unsatisfactory" to reflect contractors' reliability and performance. Respondents are to provide detailed information regarding their interactions with the contractor, contract history, and evaluations based on specific criteria. The completed PPQ is submitted to designated officials through email, emphasizing timely and accurate responses to facilitate the evaluation process. This document underscores the importance of past performance in federal procurement, aiding decision-making for contract awards and ensuring accountability in government contracts.
    The document outlines a Contract Data Requirements List (CDRL) related to the management and demilitarization of shotgun shells, detailing various data items necessary for compliance with government regulations. It specifies submission timelines, responsibilities, and approval processes for multiple plans, including Safety Studies, Ammunition Demilitarization & Disposition Plans, Quality Management System documents, and Environmental Permits. Each data item is categorized with a unique identifier, estimated pricing, and specific submission frequencies, often necessitating electronic submission alongside government review cycles. The structured format emphasizes accountability, detailing government review periods and the contractor's obligation to resubmit revised plans post-review. The overarching purpose is to ensure that the contractor adheres to safety, environmental, and operational guidelines mandated by the U.S. government, highlighting crucial documentation and communication to maintain compliance and efficacy in the demilitarization process.
    The document serves as a Security Statement of Work (SOW) outlining the physical security standards for Department of Defense (DoD) contractor-owned and contractor-operated (COCO) facilities handling arms, ammunition, and explosives (AA&E). It consolidates the requirements from DoD M 5100.76, providing contractors with a comprehensive reference for securing AA&E in compliance with federal guidelines. Key sections include: 1. **General Requirements**: Establishes contractor responsibilities for protecting AA&E and specifics on additional security requirements. 2. **Facility Construction and Suitability**: Details compliant structures for AA&E production and storage, including approval processes. 3. **Protective Measures**: Specifies security measures such as locks, access control, security lighting, and intrusion detection systems to mitigate risks. 4. **Security during Production and Transit**: Highlights vulnerability assessments for manufacturing operations and secure transportation protocols. 5. **Accountability and Incident Reporting**: Describes contractor accountability, reporting procedures for incidents, and the management of classified AA&E. The SOW emphasizes rigorous standards to enhance physical security, ensuring the safeguarding of sensitive materials against theft or unauthorized access. Overall, it reflects the government's commitment to maintaining safety and security within defense operations through structured guidelines.
    The document provides contact information for the Contract Data Requirements List (CDRLs) related to the demilitarization of shotgun cartridges under request for proposal W519TC-25-R-0014. It identifies key personnel from the Army Contracting Command in Rock Island, Illinois, specifically naming Contracting Officer J. Fury and Contract Specialist C. Smith, along with their email addresses. Additionally, the document mentions the Defense Contract Management Agency (DCMA) and the Defense Counterintelligence and Security Agency (DCSA) but indicates that specific contacts within these agencies are yet to be determined (TBD). This document's purpose is to facilitate communication and ensure compliance with contract requirements for the demilitarization project, highlighting essential contacts needed as part of the federal government's request for proposals related to defense contracting efforts.
    The document details a Request for Proposal (RFP) W519TC-25-R-0014 from the U.S. Government, specifically for the demilitarization and disposal of shotgun cartridges. This solicitation seeks vendors to manage the demilitarization, disposal, treatment, and recycling processes, while adhering to specific safety, environmental, and regulatory standards. Key elements include the need for contractors to submit a Safety Site Plan (SSP) and an Ammunition Demilitarization and Disposal Plan (ADDP) for government approval prior to receiving Government Furnished Material (GFM). Payment structure is outlined, allowing for invoicing based on completed stages of work. Additional requirements include certifications regarding demilitarization, robust quality management systems, safety training, and environmental compliance. Contractors must maintain documentation for all processes, and specific protocols must be followed for handling hazardous materials and record-keeping. The proposals must be submitted in U.S. Dollars by the deadline of December 30, 2024, and all inquiries should be directed to designated contracting officials. This RFP ensures that the demilitarization process aligns with defense and public safety standards while efficiently managing government assets.
    The document outlines Amendment 0002 to Solicitation W519TC-25-R-0014, issued by the Army Contracting Command for the demilitarization, treatment, and disposal of shotgun cartridges under a firm-fixed-price contract. Key updates include revisions to the Price Matrix and Asset List, clarifications on past performance requirements, and modifications of technical proposal page limits. Offerors are now required to submit comprehensive technical, past performance, and price proposals in designated volumes. This amendment extends the proposal submission deadline to February 3, 2025, at 9:00 AM, with stipulations that only complete proposals received by a previous deadline will be eligible for re-submission. The document emphasizes compliance with safety, environmental, and security regulations relevant to hazardous materials management, and underscores the evaluation criteria based on technical acceptability, past performance, and pricing. Overall, this amendment aims to bolster proposal clarity and contractor qualifications for the solicitation process while ensuring adherence to governmental standards.
    The document is an amendment to solicitation W519TC-25-R-0014, issued by the Army Contracting Command in Rock Island, Illinois. The primary purpose of Amendment 0001 is to extend the deadline for submitting proposals to January 5, 2025, at 12:00 PM U.S. Central Time. This amendment confirms that all other terms and conditions of the original solicitation remain unchanged. The file includes a structured format detailing various administrative elements such as contract ID, effective dates, and contact information for the contracting officer. The acknowledgment process for receipt of the amendment is also outlined, emphasizing the importance of submitting modifications before the specified deadline to avoid rejection. The contractor may be required to sign the amendment to confirm agreement. This amendment serves to inform interested parties of changes while ensuring the solicitation process proceeds effectively and transparently within established regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Receiver Cartridge
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the supply of receiver cartridges under solicitation number SPRDL1-24-R-0189. This procurement is a total small business set-aside, requiring contractors to adhere to firm fixed price terms and comply with military standards, including detailed inspection and acceptance protocols, as well as first article testing. The receiver cartridges are critical components in military applications, emphasizing the need for high-quality manufacturing and stringent quality control measures. Interested contractors should submit their proposals electronically and can direct inquiries to Lindsey Rossi at lindsey.rossi@dla.mil or by phone at 586-208-1059.
    RFTP 33-4052 M/DCOS SCRAP RESIDUE SALE, LETTERKENNY, PA REQUEST FOR TECHNICAL PROPOSAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting technical proposals for the sale of metallic and non-metallic scrap property under Request for Technical Proposal (RFTP) No. 33-4052, located in Letterkenny, Pennsylvania. Contractors are required to submit detailed operational plans that address demilitarization, mutilation processes, transportation logistics, and environmental compliance, ensuring the safe handling of hazardous materials throughout the contract duration. This procurement is crucial for the responsible disposal of government property while adhering to federal, state, and local regulations, with an estimated weight of 42 million pounds of scrap to be processed over three years. Interested parties must submit their proposals by April 8, 2025, and direct any inquiries to Brian Kemp at BRIAN.KEMP@DLA.MIL or Nam Nguyen at nam.nguyen@dla.mil.
    Solicitation_Barrel and Front Sight Assembly
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for a five-year Requirements contract focused on the production of military supplies, particularly the Barrel and Front Sight Assembly. This procurement is set aside for small businesses and emphasizes compliance with various military standards, including the Small Arms/Light Weapons Serialization Program and Operations Security requirements. The goods are critical for military operations, ensuring the availability of essential components for weapon systems. Proposals must be submitted electronically by March 31, 2025, and interested parties can contact Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil for further information.
    IFB 33-5007, Demilitarization/Mutilation as Condition of Sale (M/DCOS) Scrap Residue Sale, Susquehanna PA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is inviting bids for the sale of scrap residue resulting from Demilitarization/Mutilation processes at Warren Grove Range in Barnegat, New Jersey. Bidders are required to submit sealed bids for specified quantities of materials, including both metallic and non-metallic refuse, with a total of 900,000 lbs available for sale. This opportunity is significant as it involves the management of surplus military materials under strict compliance with safety and environmental regulations, ensuring that all operations adhere to federal, state, and local laws. Interested bidders must submit their proposals by March 28, 2025, with the bid opening scheduled for February 27, 2025; for further inquiries, they can contact J'Leace Nichols at JLeace.nichols@dla.mil or Elizabeth Beck at ELIZABETH.BECK@DLA.MIL.
    Waste Closure Assembly
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting bids for a firm fixed price contract to supply Waste Closure Assemblies, with a production quantity of 13 units required by February 3, 2025. These assemblies, classified under NAICS code 339113 and PSC code 7240, are critical components used in military operations, necessitating compliance with stringent military packaging and preservation standards. Interested contractors must submit their quotations electronically through SAM.gov and possess a current DD 2345 certification to access the Technical Data Package. The solicitation closing date has been extended to March 20, 2025, and all inquiries should be directed to Danielle Campbell at danielle.r.campbell9.civ@army.mil.
    Propelling Charge Support - 60mm, 81mm, 120mm - Solicitation
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of Propelling Charge Support for various artillery programs, including 60mm, 81mm, and 120mm systems. This opportunity is set aside exclusively for small businesses under the NAICS classification 325920 and involves a Firm Fixed Price (FFP) contract, with evaluation based on the lowest price technically acceptable offer. The procured items will play a crucial role in supporting defense operations, requiring compliance with stringent delivery schedules and technical specifications, including First Article Testing and lot acceptance test reports. Interested contractors must submit electronic proposals and ensure registration in the System for Award Management (SAM), with delivery to be made to Pine Bluff Arsenal. For further inquiries, interested parties may contact Carly Frye at carly.c.frye.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil.
    Trinitrotoluene (TNT) and Plastic-Bonded Explosive N-9 (PBXN-9) Supplementary Charges
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the procurement of Trinitrotoluene (TNT) and Plastic-Bonded Explosive N-9 (PBXN-9) Supplementary Charges. The contract aims to secure these critical munitions, which are essential for various military applications, through a Lowest Priced Technically Acceptable (LPTA) evaluation method over five one-year ordering periods. Interested suppliers must comply with stringent quality assurance protocols and submit detailed proposals, including past performance assessments and adherence to safety and engineering specifications. For further inquiries, potential bidders can contact Anna E. Whitcomb at anna.e.whitcomb2.civ@army.mil or Nate Gillette at nathaniel.a.gillette.civ@army.mil, with proposals due by the specified deadlines.
    IFB 33-5007 DEMIL AS CONDITION OF SALE SCRAP RESIDUE, SUSQUEHANNA, PA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting bids for the sale of scrap residue resulting from demilitarization activities at the Warren Grove Range in Barnegat, New Jersey. Bidders are required to comply with specific conditions, including the demilitarization and mutilation of controlled property, ensuring proper handling of hazardous materials, and obtaining base access. This procurement is crucial for the effective management of military property and environmental safety, with bids due by March 29, 2025, and the bid opening scheduled for February 27, 2025. Interested parties should contact J'Leace Nichols at JLeace.nichols@dla.mil or Elizabeth Beck at ELIZABETH.BECK@DLA.MIL for further information.
    Shaped Charges - M2A1 15lb & M3A1 40lb
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island, is seeking sources for the procurement of 15 lb and 40 lb Shaped Demolition Charges for Fiscal Year 2025 and beyond. These charges are designed for penetrating materials such as concrete and masonry, with the M2A4 capable of penetrating approximately 3 feet and the M3A1 reaching around 5 feet deep, necessitating specialized manufacturing skills and facilities. Interested vendors are invited to demonstrate their capabilities, including First Article Acceptance and Lot Acceptance testing, and must respond by April 7, 2025, while ensuring they are registered in the System for Award Management. For further inquiries, vendors can contact Megan Kirby at megan.m.kirby.civ@army.mil or David Shaffer at David.v.Shaffer.civ@Army.mil.
    44--CARTRIDGE,DEHYDRATO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of dehydrated cartridges, classified under the NAICS code 332112 for Nonferrous Forging. This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses have the opportunity to compete for this contract, which is critical for supporting military operations. The goods are essential for various applications within the defense sector, particularly in maintaining operational readiness and efficiency. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS portal. The solicitation emphasizes the importance of timely responses from qualified small businesses to meet the needs of the Department of Defense.