SOCOM Unique Munitions Requirements (SUMR) Amendment to H9243023R0002 for opportunity on-board additional vendors (THIS IS NOT A NEW REQUIREMENT)
ID: H9240323R0002-0002Type: 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

AMMUNITION, THROUGH 30MM (1305)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 4:00 PM UTC
Description

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.

Files
Title
Posted
Mar 19, 2025, 6:05 PM UTC
The Statement of Work (SOW) outlines the requirements for the SOCOM Unique Munitions Requirement (SUMR) contract, aimed at providing the U.S. Special Operations Command with a reliable supply of advanced ammunition. This multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract supports the procurement of diverse munitions, including various calibers and specialized ammunition, tailored for unique operational needs. The document specifies compliance with relevant laws and regulations, including international arms control. Key elements include requirements for quality assurance, packaging, and delivery, with stipulations on data submissions for ammunition performance. Contractors must adhere to rigorous standards, including testing, documentation, and training for security and operational safety. The contract spans ten years, allowing flexibility for future needs and technological advancements. This SOW emphasizes the military's commitment to maintaining cutting-edge capabilities while ensuring supplier accountability and compliance with stringent safety and quality requirements.
Mar 19, 2025, 6:05 PM UTC
Mar 19, 2025, 6:05 PM UTC
Mar 19, 2025, 6:05 PM UTC
The document addresses federal government Requests for Proposals (RFPs), grants, and state and local RFPs, emphasizing the significance of these instruments in securing funding and resources for various projects. It outlines the RFP process, which involves the solicitation of proposals from potential vendors or service providers to accomplish specific government objectives. Key topics include eligibility requirements, evaluation criteria, funding allocations, and compliance with legal mandates. The document also highlights the importance of detailed project descriptions and budget justifications in proposals to enhance selection chances. Additionally, it discusses the role of grants in supporting community initiatives and advancements in public services, noting the necessity for applicants to demonstrate effective project plans and anticipated outcomes. Overall, the file serves as a comprehensive guide for stakeholders engaging with federal and state funding opportunities, reinforcing the need for clarity and thoroughness in submitted proposals to meet government standards and expectations.
Mar 19, 2025, 6:05 PM UTC
Mar 19, 2025, 6:05 PM UTC
The document is a placeholder for a Large Business Subcontracting Plan required for federal contracts. It outlines the necessity for large prime contractors to submit a comprehensive strategy detailing how they will utilize small businesses as subcontractors. Key elements of the plan typically include goals for subcontracting to various categories of small businesses, methods for outreach to these businesses, a justification of the chosen goals, and procedures for measuring progress and compliance. The document serves to ensure that substantial opportunities are provided to small businesses, fostering diversity and economic growth within the framework of government contracting. It emphasizes the importance of transparency and accountability in the subcontracting process while aligning with federal compliance standards. The overarching purpose is to ensure that large contractors effectively contribute to the development of small enterprises within the supply chain.
Mar 19, 2025, 6:05 PM UTC
The document outlines a request for proposals (RFP) for the production and delivery of various types of ammunition, specifying details such as nomenclature, quantity, country of manufacture, and conditions of production. Each ammunition type listed is categorized under new production, with quantities to be determined (TBD). Key points include the focus on different calibers and types, including .50 Cal, 9mm, 6.5 CM, and various shotgun cartridges. The document indicates that the delivery schedule and whether an End User Certificate (EUC) is required are also TBD. Delivery is directed to the Blue Grass Army Depot in Richmond, Kentucky, with Mr. Tim Thompson as the point of contact. This RFP exemplifies government procurement processes emphasizing military needs, compliance, and logistical planning for ammunition supply.
Mar 19, 2025, 6:05 PM UTC
The document outlines a Federal Government Request for Proposal (RFP) for ammunition procurement, specifically under the identifier H9240321R0002. It includes a detailed schedule (Attachment 4 - Schedule B) listing various types of ammunition items to be procured, highlighting their descriptions, manufacturing conditions, and quantities, with all items marked as "New Production." The country of manufacture is specified, prohibiting Belarus, China, or Russia. The anticipated delivery location is the Blue Grass Army Depot in Richmond, KY, with contact details provided for logistics coordination. Prices are to be determined (TBD), and the delivery schedule is yet unspecified. The document emphasizes compliance with regulations concerning ammunition transport and export, particularly regarding End-Use Certificates (EUC). This procurement effort appears aimed at enhancing military readiness through the acquisition of diverse ammunition types from eligible manufacturers.
Mar 19, 2025, 6:05 PM UTC
The document outlines the Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the purchase of small caliber ammunition for U.S. Special Operations Command (SOCOM). The contract spans ten years, allowing for various delivery orders with a minimum guaranteed value of $2,500 and a total contract ceiling of $750 million. Offers are solicited from small businesses, and the evaluation will focus on technical acceptability and past performance, requiring a solid plan for quality assurance, production, storage, and delivery. Proposals must adhere to specific submission guidelines, including documentation of past relevant contracts, a technical volume detailing capabilities, and a thorough understanding of requirements. Contract award decisions will be based on an integrated assessment emphasizing quality over price, and the government reserves the right to award contracts to multiple qualified offerors or none at all. The document also specifies conditions for on-ramping and off-ramping contractors based on performance metrics and compliance with small business regulations, ensuring a focus on mission success and cost-effectiveness throughout the contract lifecycle. Overall, this RFP demonstrates the government's intent to procure specialized munitions while fostering a competitive environment for eligible offerors.
Similar Opportunities
Development of a New Caliber .338 NM Ammunition Container
Buyer not available
The U.S. Special Operations Command (USSOCOM) is conducting market research to identify industry capabilities for developing tooling and manufacturing processes for prototype containers designed for the Caliber .338 NM linked ammunition. This initiative, led by the Small Caliber Munitions Division at Picatinny Arsenal, NJ, aims to ensure that all development and production occur within the United States, adhering to the specifications outlined in TDP MIL-DTL-3060G. The information gathered will help gauge potential partnerships for future collaborations, with responses requested by May 1, 2025, and interested parties encouraged to provide relevant experience and company classification details. For inquiries, contact Carlos Cotto at carlos.cotto@socom.mil or Michael (Chris) Watson at michael.c.watson.civ@socom.mil.
Commercial Solutions Opening (CSO) PEO-SDA
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
Warrior Care Global Support Draft RFP
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) program, aimed at providing non-clinical case management and advocacy services for wounded, ill, or injured Special Operations Forces personnel. The procurement focuses on delivering comprehensive support in areas such as Recovery Care Coordination, Military Adaptive Sports, Career Transition, and Benevolence for service members and their families. This initiative is critical for enhancing the recovery and reintegration of affected service members, ensuring they receive the necessary resources and support throughout their transition. Interested contractors must submit their proposals electronically, adhering to specified formats and deadlines, with evaluations based on technical proposals, past performance, and pricing. For further inquiries, potential bidders can contact Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
Targeted Requirement EXecution (TREX) 3 Multiple Award Contract(s) (MAC) Follow-On Request for Proposals (RFP)
Buyer not available
The United States Department of Defense, through the United States Special Operations Command (USSOCOM), is soliciting proposals for the Targeted Requirement Execution (TREX) 3 Multiple Award Contract (MAC) under Solicitation No. H9240125R0002. This procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for supplies and services, with a total projected maximum value of $2.39 billion across seven one-year ordering periods, emphasizing the need for high-quality services while ensuring compliance with federal regulations. Interested contractors must demonstrate their capabilities in managing classified programs and adhere to stringent proposal submission guidelines, with a focus on fair competition and the inclusion of small businesses. Proposals are due by the specified deadlines, and inquiries should be directed to Eric N. Carlin at eric.carlin@socom.mil or Deanna R. Grimshaw at deanna.grimshaw@socom.mil for further 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.
Warrior Care Global Support RFP
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking proposals for the Warrior Care Global Support (WCGS) services, aimed at providing non-clinical case management and advocacy for wounded, ill, or injured Special Operations Forces service members and their families. The procurement focuses on enhancing Recovery Care Coordination, Military Adaptive Sports, Benevolence, and Career Transition support, ensuring comprehensive care and effective program management for service members transitioning to civilian life. This initiative is critical for maintaining the well-being and operational readiness of military personnel, reflecting the government's commitment to their recovery and reintegration. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals by April 18, 2025, and can direct inquiries to Allyson Schopper at allyson.n.schopper.civ@socom.mil or Sherri Ashby at sherri.ashby@socom.mil.
MNOC Classroom Upgrade
Buyer not available
The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the MNOC Classroom Upgrade project at Camp Lejeune, North Carolina. The objective is to renew, replace, and upgrade the voice, audio, video, and data systems infrastructure supporting the MARFORSOC Network Operator Course Classroom, ensuring modernized training capabilities. This project is crucial for enhancing the technological environment for military training and education, reflecting the commitment to improving operational readiness. Interested small businesses must submit their quotes by 12:00 PM EST on May 12, 2025, following a mandatory site visit on April 22, 2025, and should direct inquiries to Betty Gonzalez or Samuel Williams via email.
MK 255 MOD 1 AA17 5.56MM RRLP CARTRIDGE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NSWC Crane, is soliciting proposals for the procurement of 5.56mm Reduced Ricochet Limited Penetration (RRLP) ammunition for the MK255 Mod 1, intended for use by Naval Special Warfare and US Special Operations Command. This opportunity is set aside for small businesses, including those owned by women and service-disabled veterans, and encompasses a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract format, detailing specific requirements for bid submissions, delivery schedules, and compliance with regulations such as the International Traffic in Arms Regulations (ITAR). Interested parties must adhere to stringent quality control and safety measures, with the closing date for submissions extended to April 30, 2025. For further inquiries, potential bidders can contact Shawna Gainey at shawna.y.gainey.civ@us.navy.mil or Leslie Graber-Heshelman at leslie.a.graber-heshelman.civ@us.navy.mil.
ISS-J II Solicitation
Buyer not available
The Department of Defense, specifically the US Special Operations Command (USSOCOM), has issued a Combined Synopsis/Solicitation notice for the procurement of Intelligence Support Services - Joint II (ISS-J II). This acquisition is being offered for competition and is limited to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) participants. The service is typically used to provide intelligence support services to the government. The place of performance includes multiple locations in CONUS and OCONUS. Interested parties must meet certain eligibility requirements, including being a prime contractor that is a Service-Connected Disabled Veteran Owned Small Business with Top Secret Facilities Clearance, and having a subcontractor, partner, or teammate with Secret Safeguarding Capability. The solicitation will not be posted on FBO, and interested parties must complete a spreadsheet and submit it with the required supporting documentation to the listed points of contact. The solicitation is expected to be sent to verified eligible parties within the next 1-2 weeks. Questions or comments regarding the solicitation should be submitted in writing via email to the listed points of contact.
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
Buyer not available
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.