Lightweight Machine Gun-Assault (LMG-A) Call for White Papers
ID: H9240325R00XX21Feb25LMG-AType: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USSOCOMTAMPA, FL, 33621-5323, USA

NAICS

Small Arms, Ordnance, and Ordnance Accessories Manufacturing (332994)

PSC

GUNS, THROUGH 30MM (1005)
Timeline
  1. 1
    Posted Feb 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 6:00 PM UTC
Description

The United States Special Operations Command (USSOCOM) is soliciting white papers for the Lightweight Machine Gun-Assault (LMG-A) Prototype Project, aimed at developing a lightweight, multi-caliber weapon system for ground forces. This initiative seeks to replace the MK48 Light Machine Gun with a system that includes various components such as a primary barrel, sound suppressor, and a TSA-approved carrying case, while also allowing for future caliber adaptations. Interested parties must submit their white papers by April 4, 2025, and can request the LMG-A Performance Specifications from David Tenenbaum at david.tenenbaum1@socom.mil. The government anticipates a follow-on production contract valued at up to $53 million, contingent upon successful prototype development and testing phases.

Point(s) of Contact
Files
Title
Posted
This government file pertains to a request for proposals (RFP) and specifies that interested performers must obtain a copy of Attachment 1 - LMG-A Performance Specification, dated February 21, 2025, from the Agreements Officer. The requirement implies that potential vendors or service providers will need to review this attachment to understand the performance standards and specifications necessary for their submissions. The inclusion of the specific date indicates that the document is a draft, suggesting it may be subject to further revisions. This process indicates a structured approach to procurement, where clarity and adherence to established specifications are essential for interested parties to effectively submit their proposals in accordance with federal guidelines and standards. The document underscores the importance of communication with the Agreements Officer to facilitate access to relevant information.
The document outlines the assessment procedures for the International Special Operations Forces (ISOF) 2025 Vendor Shoot event at the Nevada Test and Training Range (NTTR). It specifies the protocols for measuring and weighing lightweight machine guns as part of the evaluation process, detailing configurations, measurement consistency, and recording methods. It emphasizes the importance of conducting function fire assessments in specific sequences to evaluate weapon performance, documenting any malfunctions or anomalies during tests. A verification matrix outlines the requirements and execution plans, specifying quantities and methods for function firing exercises, including both single shot and burst fire. The document defines failure criteria for malfunctions that occur during the assessments, categorizing them into three classes based on severity and corrective action needed. Ultimately, the assessment aims to gather data on weapon functionality, reliability, and performance, providing a structured approach to vendor evaluations in a military context.
Mar 25, 2025, 12:06 PM UTC
The document outlines requirements for submitting a white paper as part of a federal Request for Proposals (RFP). It specifies the essential information to include, such as company details, product overview, technology specifications, and management practices. The white paper must be a maximum of 10 pages, formatted in Times New Roman, 12-point font, with defined margins and page numbering. It should consist of several key sections: an Executive Summary detailing the technology; Technology Concept outlining its unique features; Company Viability assessing the company's strengths, financials, and market strategy; and a Rough Order of Magnitude (ROM) for estimating costs and project timelines. All submissions must adhere to technical and formatting requirements, ensuring clarity and readability while supporting data may be attached separately. The document is structured to guide vendors in presenting their innovative technologies in a manner that meets federal program needs, facilitating evaluation for potential funding or collaboration.
The document outlines the required certifications and disclosures that offerors must complete when submitting proposals for federal contracts, particularly concerning the eligibility for Other Transaction Authority (OTA) awards under 10 U.S.C Section 4022(d)(1). Offerors must identify their business type as either a Nontraditional Defense Contractor (NDC) or Traditional Defense Contractor, with specific implications for compliance with cost accounting standards. Essential information required includes the offeror's name, classification under the North American Industry Classification System (NAICS), DUNS Number, CAGE Code, and a SAM registration status. The document necessitates a signature from an authorized individual, asserting that the provided information is accurate and confirms the individual’s authority to bind the offeror organization. It emphasizes the importance of proper documentation and compliance with legal stipulations for maintaining eligibility throughout the submission process, ultimately reflecting the rigor and accountability expected in government contracting environments. This form is critical for ensuring that potential contractors align with government standards and requirements during the proposal process.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
New Single Calber 6.8mm-7mm X 63mm Machine Gun
Buyer not available
The Department of Defense, through the Army Contracting Command-New Jersey, is conducting a market survey for a new single caliber 6.8mm-7mm X 63mm Medium Machine Gun (MMG) aimed at enhancing lethality and range while maintaining the size and weight of the current M240 series. The desired weapon system should be capable of firing at a rate of 550-650 rounds per minute and must be adaptable for both ground tripod and vehicle platform mounts. This initiative is crucial for improving the effectiveness of military operations, and interested companies are invited to submit their capabilities, production lead times, and technical performance documentation by May 8, 2025. For inquiries, contact Melissa Jimenez at melissa.s.jimenez-tenesaca.civ@army.mil.
M72-series Light Assault Weapon (LAW) Sources Sought Notice
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command New Jersey, is conducting market research through a Sources Sought Notice to identify potential sources for the M72-series Light Assault Weapon (LAW) and its variants. The procurement aims to support the Army and Marine Corps ammunition stockpile requirements, including various models of the M72 LAW and associated training systems, with a projected contract period of five years resulting in a Firm Fixed Price Indefinite Delivery/Indefinite Quantity contract. The M72-series is a critical lightweight, man-portable weapon system designed for use against light armored targets, highlighting its importance in military operations. Interested businesses must submit their capabilities statements by 10:00 AM EDT on May 5, 2025, to the primary contact, Rodolphe Primeau, at rodolphe.a.primeau.civ@army.mil, as part of the market research process.
M72-series Light Assault Weapon (LAW) Production
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command New Jersey, is conducting market research to identify potential sources for the production of the M72-series Light Assault Weapon (LAW) and its variants. This procurement aims to support the Army and Marine Corps ammunition stockpile requirements, including various models of the M72 LAW and associated training systems, with a projected contract period of five years resulting in a Firm Fixed Price Indefinite Delivery/Indefinite Quantity contract. The M72-series is a critical lightweight, man-portable weapon system designed for use against light armored targets in various operational environments. Interested businesses must submit their capabilities statements by 10:00 AM EDT on April 28, 2025, to Rodolphe Primeau at rodolphe.a.primeau.civ@army.mil, as this sources sought notice is for informational purposes only and does not constitute a solicitation.
SOCOM Unique Munitions Requirements (SUMR) Amendment to H9243023R0002 for opportunity on-board additional vendors (THIS IS NOT A NEW REQUIREMENT)
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking additional vendors for the SOCOM Unique Munitions Requirements (SUMR) contract, which is an amendment to the existing solicitation H9243023R0002. This procurement aims to onboard vendors capable of supplying advanced munitions tailored to specific operational needs, with each delivery order detailing unique technical data requirements for performance and specification conformance. The SUMR contract, structured as a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract, spans ten years and has a total ceiling of $750 million, emphasizing compliance with stringent quality assurance and safety standards. Interested vendors can contact Carlos Cotto at carlos.cotto@socom.mil or Michael (Chris) Watson at michael.c.watson.civ@socom.mil for further information.
Machine Gun Mount
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is soliciting proposals for the procurement of machine gun mounts, specifically identified by NSN 1005-01-535-3053 and P/N DGMT1001. This opportunity is a 100% Total Small Business Set-Aside, requiring interested vendors to submit their proposals via email to the designated Contract Specialist, adhering to military packaging and marking standards. The procurement involves a total quantity of 16 units, with an initial delivery timeline of 360 days post-contract award, and compliance with quality control measures and regulations regarding ozone-depleting substances is mandatory. For further inquiries, interested parties can contact John P. Moses at john.moses@dla.mil or by phone at 586-467-1212.
Rifle, Recoilless, Barrel Assembly
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking sources for the procurement of a Rifle, Recoilless, Barrel Assembly, identified by NSN 1015-01-714-3510 and Government Part Number 13113754. This assembly is critical for the 84MM M3 Recoilless Rifle, a multi-role anti-armor and anti-personnel weapon system, and includes components such as the barrel, barrel extensions, and sight bases. Interested vendors must undergo qualification testing and evaluation to become approved sources, which will allow them to compete for future solicitations; however, approval does not guarantee business. Responses to this Sources Sought Notice are due by April 22, 2025, and inquiries can be directed to Richard Campbell at richard.j.campbell@dla.mil or by phone at 586-467-1163.
XM913 Logistics Products
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Detroit Arsenal, is soliciting proposals for a sole-source contract to procure Logistics Products related to the XM913, a 50mm automatic gun system. The primary objective of this procurement is to develop and deliver an authenticated Interactive Electronic Technical Manual (IETM) to facilitate the integration of the XM913 into the XM30 Combat Vehicle, with Northrop Grumman Corporation identified as the sole source capable of fulfilling this requirement. Interested parties are encouraged to submit capability statements or proposals by 3:00 PM EDT on May 15, 2025, through the System for Award Management (SAM) website, and may direct unclassified inquiries to the designated email address for clarification.
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 of ammunition, which must be manufactured in accordance with specified technical requirements. Interested vendors are required to submit product samples and proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with the final proposal submission deadline extended to April 14, 2025, at 2:00 PM ET. For further inquiries, potential offerors can contact Mr. Ryan Harvey at 812-826-4441 or via email at ryan.d.harvey21.civ@us.navy.mil.
PKB LIBRARY MANAGEMENT SYSTEM SOCOM
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking vendors to provide a cloud-based Library Management System (LMS) for the United States Special Operations Command (USSOCOM) and Joint Special Operations University (JSOU) patrons. The LMS must offer functionalities equivalent to EOS.Web, including 24/7 access, record tracking, checkout capabilities, and extensive search functions, while accommodating five concurrent staff users and providing unlimited access for OPAC users. This procurement is crucial for enhancing library services and operational support within the military context, with a multi-year purchase plan starting June 1, 2025, and options for up to four additional years. Interested vendors must submit their quotes by April 17, 2025, and can contact Jamie Hines at Jamie.Hines@us.af.mil or Ramon Jimenez at Ramon.Jimenez.7@us.af.mil for further details.
10--BARREL,MACHINE GUN
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of machine gun barrels, specifically NSN 1005014338405. The solicitation includes three lines for delivery to DLA Distribution Barstow, with quantities of 8, 34, and 1 units required, to be delivered within 192 and 90 days after order. These components are critical for military operations, emphasizing the importance of reliable small arms and ordnance manufacturing. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.