Sources Sought for Special Ammunition and Weapons Systems and Non-NATO Commercial Ammunition - NOTE: This is a market survey for informational purposes only and is not a solicitation or pre-solicitation notice
ID: W519TC25RSAWSType: Sources Sought
Overview

Buyer

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

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

MISCELLANEOUS AMMUNITION (1395)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 9:30 PM UTC
Description

The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island, is conducting a market survey to identify potential sources for supplying Special Ammunition and Weapons Systems (SAWS) and Non-NATO commercial ammunition. The procurement aims to secure items listed in the SAWS Contract Line Item Number (CLIN) list, with a focus on compliance with international regulations and safety standards for defense items. These munitions are critical for military operations, particularly for delivery to overseas locations. Interested parties are encouraged to submit their capabilities and qualifications, including proof of ISO 9001 certification and compliance with U.S. export regulations, by emailing Logan Frye or Ashley Hixson within 30 days of this notice. This opportunity is not a solicitation and does not obligate the government to issue a formal request for proposals.

Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
The Statement of Work outlines the requirements for the acquisition of Special Ammunition & Weapon Systems (SAWS) by a federal contractor. Key objectives include the supply and delivery of specified ammunition and weapon systems compliant with governmental specifications and safety standards. The contractor must submit a Technical Data Package (TDP) for government approval, ensuring all items are of new production or new surplus, with stringent verification processes. The document specifies requirements for packaging, delivery, and documentation, including Safety Management Program Plans and Hazard Classification information. Lot Acceptance Testing (LAT) is required prior to acceptance, with various inspection protocols established for Government Source Inspection (GSI). Regular status reports, program reviews, and interim meetings are mandated to ensure ongoing compliance and communication between the contractor and government representatives. This comprehensive framework emphasizes thorough documentation, adherence to safety regulations, and meticulous oversight throughout the acquisition process. The overarching goal is to secure high-quality, safe ammunition and weapon systems that meet national defense needs, aligning with federal RFP standards and ensuring accountability in financial commitments and production outputs.
Apr 3, 2025, 8:05 PM UTC
The document outlines a Request for Proposals (RFP) related to the procurement of Special Ammunition and Weapons Systems (SAWS) by the federal government. It encompasses a wide array of munitions classifications, including small, medium, and large caliber ammunition, artillery, mortars, and anti-tank guided missiles. Each category lists specific item types, demonstrating the comprehensive requirements for various ammunition specifications, spare parts, weapon systems, and training items. The RFP is structured methodically, with detailed listings of caliber types, descriptions of munitions, and specified quantities ranging from minimum to maximum for potential contractors. The total evaluated price for these items remains to be determined. Key aspects include expected delivery timelines post-award and the necessity for compliance with existing military specifications. Overall, this RFP serves as a detailed framework for the government to acquire essential weaponry and related items, ensuring both national defense preparedness and military operational efficiency while facilitating a competitive procurement process.
Apr 3, 2025, 8:05 PM UTC
The document appears to be a challenging array of corrupted data or encoding rather than a coherent government file. Despite this difficulty, the context suggests that it may pertain to federal Requests for Proposals (RFPs) and grants, potentially aimed at soliciting bids or applications for funding opportunities at various governmental levels. The file may cover project specifications, eligibility criteria, funding guidelines, and procedural requirements essential for entities seeking financial support from federal or state sources. However, the inability to extract clear information from the garbled content limits any precise summarization. The original intention of the document likely revolved around informing stakeholders about available government funding and the application process, necessitating clarity for proper engagement and compliance with outlined standards. As it stands, the document fails to deliver actionable insights due to the data's compromised state.
Apr 3, 2025, 8:05 PM UTC
This document appears to be a fragmented collection of data related to federal and state/local Requests for Proposals (RFPs) and grants. The main topics revolve around procurement processes, particularly in securing funding for various projects. Key ideas may include specifications for proposals, funding amounts, eligibility criteria, project objectives, compliance requirements, and deadlines for submissions. Supporting details likely emphasize the roles of government entities, how to navigate the application process, and the importance of aligning projects with federal and local regulations. The structure consists of various sections designated for distinct topics such as funding opportunities, eligibility requirements, and application procedures. The fragmented nature suggests that it could be an internal guideline or a compilation of summaries aimed at various departments or organizations interested in securing government funding. The high level of detail hints at the need for careful proposal crafting and adherence to specific regulations to ensure successful funding outcomes. Overall, the document serves as a reference for applicants aiming to understand the opportunities available and the specifics surrounding the RFP process, playing a vital role in enhancing community and infrastructure development projects through governmental support.
The document outlines the general specifications for Special Ammunition and Weapon Systems, providing detailed requirements and verification procedures essential for compliance in procurement and testing. It explicitly excludes certain types of ammunition and necessitates the submission of a Technical Data Package (TDP) ensuring compliance and documented storage history. Key points include stringent verification from technical requirements to performance tests across various environmental conditions, including temperature extremes. Notably, ammunition must demonstrate serviceability, compatibility with specified weapons, and thorough inspection for defects. The specifications also emphasize safety protocols, packaging standards, and the necessity of adherence to international transport regulations. This comprehensive framework aims to enhance safety, reliability, and performance of munitions, reflecting a commitment to effective military supplies in alignment with government standards for procurement processes.
The document outlines the General Specification for Small Caliber Ammunition, detailing performance requirements and verification procedures crucial for procurement and military application. It emphasizes compliance with international transportation regulations alongside specific technical standards for various types of ammunition. The document lists acquisition requirements, including certificates of conformance and contractor verification provisions. Key technical requirements stipulate serviceability, compatibility with specified weapons, and performance capabilities under extreme weather conditions. Verification processes include conformance inspections, acceptance criteria, and retest protocols for lot acceptance testing. Additionally, it covers packaging requirements to ensure safe transport and handling, aligning with hazardous material regulations. The structured approach includes visual inspection requirements, emphasizing quality control throughout production, and lists specific operational requirements for different ammunition types in Annexes. This specification serves as a guideline for manufacturers in fulfilling government RFPs and ensuring compliance with safety and performance standards in the military supply chain.
The document outlines the General Specification for Mortar Ammunition developed by the Product Director of Special Ammunition and Weapon Systems. It specifies requirements for mortar ammunition pertaining to safety, performance, and quality assurance, including conformance testing, serviceability, operational functionality, and environmental resilience. Specific procedures for technical requirements, verification, packaging, and transportation are detailed to ensure compliance with established safety and performance standards. The document emphasizes the need for thorough inspections, including visual assessments, operational temperature testing, and verification of ammunition against specified characteristics such as muzzle velocity, chamber pressure, and effective range. Additionally, it addresses packaging standards that must protect the ammunition during handling and transport. Important annexes provide details on the weapon interface, operating requirements, and visual inspection criteria, underscoring the complexity and regulatory rigor necessary for the safe and effective utilization of mortar ammunition. Ultimately, this specification serves as a framework for contractors to deliver compliant ammunition to the U.S. Government as part of military procurement processes.
The document outlines the General Specifications for the PdD-SAWS Mortar Weapon Systems, detailing performance requirements and verification procedures for the acquisition of a smooth bore mortar system comprised of various components. It emphasizes the need for reliability, maintainability, packaging, marking, durability, interchangeability, and compatibility under diverse operational conditions. The specifications ensure new production standards, the provision of Basic Issue Items (BII) for support, and accessibility of spare parts for a minimum of five years. Verification processes include technical evaluations, live fire testing, and inspections, with an emphasis on adherence to international standards. The document also details the necessary documentation and reporting requirements post-testing, highlighting the importance of quality assurance in the procurement process for federal government contracts. The comprehensive stipulations aim to ensure high-quality mortar weapon systems that meet operational demands while maintaining regulatory compliance.
The document is a general specification outlining performance requirements and verification procedures for Rocket Propelled and Spin Stabilized Grenade Ammunition. It encompasses aspects like technical requirements, conformance testing, and serviceability standards to ensure ammunition quality and safety. Notably, compliant ammunition must pass conformance testing based on age, performance metrics such as muzzle velocity and chamber pressure, and compatibility with specified weapon systems. Additionally, proper packaging, marking, and transportation standards are mandated to protect the ammunition. The specification also details inspection requirements and defines defect categories to guide quality assurance. In the context of government RFPs and grants, this document serves as a critical framework for procurement and evaluation processes, establishing stringent guidelines to ensure that only safe and effective munitions are utilized, thereby supporting military readiness and compliance with safety regulations.
Similar Opportunities
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.
Sources Sought - Safing Sector
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is conducting a Sources Sought notice to identify qualified contractors for the production of specific items related to Safing Sectors, including the HOUSING and various assemblies identified by their National Stock Numbers (NSNs). This market survey aims to assess the interest and capabilities of potential suppliers to inform future procurement planning without implying any obligation to award a contract. The goods sought are critical components in military applications, emphasizing the need for reliable manufacturing capabilities. Interested businesses are encouraged to respond by April 22, 2025, by emailing Ashley Young at ashley.a.young2.civ@army.mil, providing details on their qualifications and production readiness.
40mm Ammunition Sources Sought
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island, is conducting a market survey to identify sources for the production of 40mm ammunition, with requirements spanning from fiscal years 2027 to 2032. The procurement includes various types of 40mm cartridges, such as the M385A1 Practice Cartridge and several High Explosive Dual Purpose Cartridges, with estimated annual production needs ranging from 30,000 to 5 million rounds. This initiative is crucial for maintaining the operational readiness of U.S. military forces, and the anticipated contract will be awarded under Full and Open Competition for a duration of five years. Interested manufacturers are encouraged to submit their capabilities and background information electronically within 30 days, and inquiries should be directed to Contract Specialist Allison Howell at allison.n.howell2.civ@army.mil.
Solicitation - Support, Barrel NSN: 1005-01-530-8726
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is soliciting proposals for the procurement of 108 Support Barrel units, identified by National Stock Number (NSN) 1005-01-530-8726, with an option for an additional 108 units. This procurement is critical for maintaining the operational readiness of military equipment, as these barrels are essential components in small arms and ordnance systems. Interested contractors must have Joint Certification Program (JCP) certification to access the associated Technical Data Package (TDP), which is export-controlled, and are advised to monitor SAM.gov for any amendments to the solicitation. Proposals must be submitted electronically, and all inquiries should be directed to Contract Specialist Ashley Young at ashley.a.young2.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. This procurement aims to fulfill a critical requirement for military operations, ensuring that the specified barrel assemblies are compatible with existing Mossberg 500 weapons. Interested vendors must submit their quotes by April 22, 2025, and are encouraged to direct any inquiries to SSG Amairani Roberts at amairani.roberts.mil@army.mil. Compliance with the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) is mandatory, with evaluation criteria focusing on price and technical acceptability.
5.56mm CCMCK
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is seeking sources for the procurement of 5.56mm Close Combat Mission Capability Kit (CCMCK) marking cartridges, both unlinked and linked, for use in a temporary weapons conversion system. The CCMCK allows soldiers to utilize standard weapons (M4/M249/M16) with low-velocity marking ammunition, ensuring safety while providing realistic training scenarios through visible impact feedback. Interested parties must submit their responses by 3:00 PM Eastern on May 5, 2025, including detailed information about their manufacturing capabilities and experience, to the designated contacts, Jennifer M. Rustwick and Jabrien Urbano, via email. The estimated quantity for procurement is approximately 159 million cartridges, with initial delivery required within 180 days after contract award at a rate of 700,000 per month.
MK316 MOD 0, 7.62mm Special Ball, Long Range ammunition, DODIC AB39.
Buyer not available
The Department of Defense, specifically the Department of the Navy through NSWC Crane, is soliciting proposals for the procurement of MK316 MOD 0, 7.62mm Special Ball, Long Range ammunition, designated under DODIC AB39. This contract is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 332992, which pertains to Small Arms Ammunition Manufacturing. The ammunition is critical for military operations, providing enhanced performance for long-range engagements. Interested vendors should reach out to Seth Swartzentruber at seth.a.swartzentruber.civ@us.navy.mil or call 812-227-1196, or contact Shawna Gainey at shawna.y.gainey.civ@us.navy.mil or 812-227-9623 for further details.
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.
10--ENTRANCE UNIT ASSEM- AND SIMILAR REPLACEMENT PARTS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of Entrance Unit Assemblies and similar replacement parts. The procurement requires compliance with stringent quality assurance standards and specifications, including ISO 9001, and mandates that all items meet specific material and physical requirements as outlined in the contract. These components are critical for military operations, particularly in the context of small arms and ordnance systems. Interested vendors should submit their proposals via NECO or email to the primary contact, Logan Mann, at LOGAN.W.MANN.CIV@US.NAVY.MIL, with a contract timeline that includes delivery periods of 900 days for the first item and 1,137 days for the second item.