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
    1377-00-193-8832; M363; Impulse Cartridge, MK 124 Mod 0
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of the Impulse Cartridge, MK 124 Mod 0, under contract number N00104-26-N-B015. This competitive opportunity involves the supply of explosive items, with specific requirements for safety surveys and detailed reporting as outlined in the Contract Data Requirements List (CDRL), which includes various data items such as acceptance test plans and failure analysis reports. The cartridges are critical components used in military applications, necessitating strict compliance with safety and quality standards. Interested vendors should contact Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or call 771-229-0433 for further details, as paper copies of the solicitation will not be provided.
    Western Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    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.
    1377 - 1377-00-987-3603 M514 Impulse Cartridge MK 44 MOD 0
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of 2,514 units of the M514 Impulse Cartridge MK 44 MOD 0, classified under the NAICS code 325920 for Explosives Manufacturing. This procurement involves items that contain explosives, necessitating compliance with safety regulations, including a pre-award safety survey and adherence to DFARS 252.223-7002, which outlines safety precautions for ammunition and explosives. The solicitation will be available no earlier than the response date for this notice, and interested parties are encouraged to contact Alicia Wargo at alicia.l.wargo.civ@us.navy.mil or by phone at 771-229-0601 for further details. All responsible sources may submit an offer, and the government is open to considering commercial items that meet the requirements within 15 days of this notice.
    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.
    1377-01-356-7841 SP02 1377-01-356-7842 SP03
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for explosive items under the solicitation titled '1377-01-356-7841 SP02 1377-01-356-7842 SP03'. This procurement is restricted to Rockwell Collins and involves items classified under the NAICS code 325920 for Explosives Manufacturing, with a focus on cartridge and propellant actuated devices and components. The items are critical for defense operations, necessitating a Safety Survey due to their explosive nature, and a limited drawing package is available for interested contractors. The solicitation close date has been extended to July 11, 2025, at 2:00 PM Eastern Time, and interested parties should acknowledge receipt of this amendment to ensure their offers are considered. For further inquiries, contractors can contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.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.
    M548 Metal Ammunition Containers Bridge Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a 12-month bridge contract for the production and delivery of approximately 9,000 M548 Metal Ammunition Containers, which are critical for packaging small and medium caliber ammunition used in both training and combat operations. This contract, valued at approximately $616,964.60, will be awarded to Conco, Inc. under the authority of 10 U.S.C. 3204(a)(1), as it is determined that only this vendor can meet the urgent delivery timelines required for November 2025, January 2026, and April 2026 without unacceptable delays. Interested parties can reach out to Angela D. Ray at angela.d.ray10.civ@army.mil or Angela L. Scriven at angela.l.scriven2.civ@army.mil for further information regarding this procurement opportunity.