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
  1. 1
    Posted Nov 27, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Feb 3, 2025, 3:00 PM UTC
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
Jan 16, 2025, 6:06 PM UTC
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.
Jan 16, 2025, 6:06 PM UTC
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.
Jan 16, 2025, 6:06 PM UTC
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.
Jan 16, 2025, 6:06 PM UTC
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.
Jan 16, 2025, 6:06 PM UTC
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.
Jan 16, 2025, 6:06 PM UTC
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.
Jan 16, 2025, 6:06 PM UTC
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
Solicitation
Similar Opportunities
Demolition, Charge, Block 1/4 lb TNT, 1/2 lb TNT, and 1 lb TNT.
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of demolition charges, specifically 1/4 lb, 1/2 lb, and 1 lb TNT blocks, under solicitation W519TC-25-R-0013. This opportunity is set aside for small businesses and will result in a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a guaranteed minimum order of $950,000, emphasizing the importance of compliance with safety and quality standards in the handling of hazardous materials. The procurement process will evaluate proposals based on the Lowest Price Technically Acceptable criteria, and interested parties must submit their bids along with required documentation by the specified deadlines. For further inquiries, potential offerors can contact Megan Kirby at megan.m.kirby.civ@army.mil or Mackenzie Helgerson at mackenzie.a.helgerson.civ@army.mil.
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 resulting from demilitarization and mutilation activities at Letterkenny, Pennsylvania. Contractors must demonstrate their capability to manage the necessary operations, including the safe removal of hazardous materials, transportation, and compliance with environmental regulations, with a minimum processing capacity of 1,000,000 pounds of materials monthly. This opportunity is crucial for ensuring responsible disposal of government property while adhering to safety and regulatory standards. Interested parties should submit their proposals by April 8, 2025, and direct any questions to Brian Kemp at BRIAN.KEMP@DLA.MIL or Nam Nguyen at nam.nguyen@dla.mil.
Watervliet Arsenal NY - Sale of Scrap - Gun Butts
Buyer not available
The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is offering approximately 900,000 pounds of scrap Gun Butts for sale as surplus property. Interested bidders are required to submit proposals based on a per-pound price, with payment due within five days of receiving an invoice from the government, prior to the removal of the scrap. This sale is significant as it allows for the recycling of materials that are no longer needed, promoting sustainability and efficient resource management. Proposals must be submitted electronically to Katja Fox by 4:00 PM EST on April 24, 2025, and further inquiries can be directed to her via email at katja.fox.civ@army.mil.
Propelling Charge Support - 60mm, 81mm, 120mm - Solicitation
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of Propelling Charge Support for 60mm, 81mm, and 120mm artillery programs under Solicitation W519TC-25-R-2008. This opportunity is specifically set aside for small businesses and involves a Firm Fixed Price (FFP) contract with a 100% option quantity, emphasizing the need for adherence to technical specifications and quality assurance protocols. The propelling charge supports are critical components for military munitions, ensuring operational effectiveness and safety. Interested vendors must submit their proposals electronically by April 17, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Riley DeBrock at riley.j.debrock.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil.
Procure Eighty(80) Mossberg M500 12 Gauge 28" In Barrel Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for the procurement of eighty (80) Mossberg M500 12 Gauge 28" In Barrel Assemblies, as outlined in solicitation number PAN409-25-P-0000 002492. This procurement aims to ensure that the specified barrel assemblies are compatible with existing Mossberg 500 weapons, emphasizing the importance of technical acceptability and compliance with federal contracting regulations. The successful vendor will be responsible for delivering the assemblies to Drawsko Pomorskie, Poland, with proposals due by 11:00 AM Eastern Standard Time on April 25, 2025. Interested parties should direct inquiries to SSG Amairani Roberts at amairani.roberts.mil@army.mil, ensuring adherence to submission guidelines and deadlines.
1377 - 1377-01-063-3162 MD65, 1377-01-063-3165 MD66, 1377-01-364-7322 MT95, 1377-00-103-3434 M190
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of impulse cartridges, including various models such as the CCU-45/B, CCU-44/B, CCU-107/B, and MK2 MOD1. The contract involves the delivery of a total of 31,633 units, with specific requirements for first article testing, production lot testing, and contractor data requirements, all of which are subject to safety regulations due to the explosive nature of the items. These cartridges are critical components used in military operations, necessitating strict adherence to security and safety protocols during transportation and handling. Interested vendors should note that the solicitation will be available no earlier than the response date for this presolicitation notice, and they can contact Alicia Wargo at 717-605-7361 or via email at alicia.l.wargo.civ@us.navy.mil for further details.
MK4-3 Signal Cartridge
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island, is seeking sources for the production and delivery of the F562 Signal Cartridge MK4-3 (flame/hot) with a wooden pallet, intended for use by the United States Air Force and Navy during bombing missions. This procurement aims to fulfill requirements for Fiscal Years 2027-2031, with an estimated production quantity of 30,000-40,000 cartridges annually, and includes First Article Test (FAT) requirements. The signal cartridge, which utilizes red phosphorus to create a visible signal of white smoke and fire flame, is critical for marking impact locations during military exercises. Interested vendors must respond by 12:00 PM CT on May 12, 2025, providing necessary company information and capabilities to Jason Koski at jason.o.koski.civ@army.mil or Bridget Kramer at bridget.l.kramer.civ@army.mil.
40mm Grenade Ammunition - Medium Caliber - Non-Recurring Engineering (NRE)
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command-New Jersey, is preparing to issue a request for proposal (RFP) for the procurement of 40mm grenade ammunition, focusing on non-recurring engineering (NRE) efforts. This initiative aims to enhance the lethality and accuracy of both legacy and future 40mm grenade ammunition while improving production capabilities and munitions life cycle management. The selected contractor will be responsible for the fabrication, assembly, evaluation, and delivery of various medium caliber programs over a five-year period under a Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Interested parties should note that the RFP is anticipated to be released around April 14, 2025, and can reach out to primary contact Mariah L. Hanko at mariah.l.hanko.civ@army.mil or secondary contact David E. Schutzer at david.e.schutzer.civ@army.mil for further inquiries.
Receiver, Cartridge
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for a firm-fixed-price contract to procure 175 units of the Receiver, Cartridge, identified by part number 12997555 and NSN 1010-01-492-2118. This procurement is critical for supporting military operations, as the Receiver, Cartridge is a key component in small arms and ordnance systems. The solicitation has transitioned to full and open competition, following an amendment that removed the small business set-aside clause, with the effective date of this change being April 23, 2025. Interested contractors must submit their quotations to the primary contact, Lindsey Rossi, at lindsey.rossi@dla.mil or by phone at 586-208-1059, and are reminded to acknowledge receipt of the amendment to ensure their proposals are considered.
W519TC-25-Q-2246 Ultrasonic Cleaning System
Buyer not available
The Department of Defense, through the Army Contracting Command—Rock Island, is soliciting proposals for an Ultrasonic Cleaning System intended for use at the Rock Island Arsenal in Illinois. The procurement aims to acquire a comprehensive system featuring three interconnected tanks—detergent ultrasonic clean, rinse, and final rinse—along with necessary auxiliary equipment, ensuring compliance with stringent safety and operational standards. This initiative is crucial for enhancing the operational capabilities of the facility while adhering to local, state, and federal regulations, including OSHA and NFPA guidelines. Proposals are due by May 28, 2025, at 10:00 AM, and interested parties should contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL for further details.