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
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.
Non-standard Maritime Vessel
Buyer not available
The U.S. Special Operations Command (USSOCOM) is seeking sources for the procurement of a Non-Standard Maritime Vessel, specifically an ocean-going trawler-styled motor yacht, to be utilized during an exercise in Nome, Alaska. The vessel must be a minimum of 25 meters in length, capable of berthing ten passengers, and equipped with station keeping or bow thrusters, an enclosed bridge, and facilities for storage and classification. This procurement is critical for ensuring operational readiness and support during the exercise scheduled from August 2 to August 15, 2025, with requirements for 24-hour accessibility to the vessel and pier space in Nome. Interested parties should contact TSgt Trenton Beavers at trenton.h.beavers.mil@socom.mil or call 719-723-6141 for further details.
RFI: Dry Combat Submersible In-Service Engineering
Buyer not available
The United States Special Operations Command (USSOCOM) is seeking information from qualified sources for the Dry Combat Submersible (DCS) In-Service Engineering project, as part of a follow-on contract to an existing agreement with Lockheed Martin Corporation. The objective is to procure engineering upgrades and technical support for the DCS, which is designed for the insertion and extraction of Special Operations Forces in denied areas, with ongoing enhancements to improve capabilities and reduce weight. Interested parties are invited to submit capability statements by May 9, 2025, with a maximum ceiling value for the contract yet to be determined, and should direct their responses to Joshua Myers at joshua.t.myers.civ@socom.mil.
Targeted Requirement EXecution (TREX) 3 Multiple Award Contract(s) (MAC) Follow-On Request for Proposals (RFP)
Buyer not available
The U.S. 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), with a total ceiling value of $2.39 billion. This procurement aims to establish a framework for acquiring various supplies and services over seven one-year ordering periods, emphasizing compliance with federal regulations and the importance of maintaining competitive bidding among contractors. Interested vendors must adhere to strict submission guidelines, including providing documentation for security clearances, and are encouraged to submit their proposals electronically by the specified deadlines. For further inquiries, potential offerors can contact Eric N. Carlin at eric.carlin@socom.mil or Deanna R. Grimshaw at deanna.grimshaw@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. This initiative aims to renew, replace, and upgrade the voice, audio, video, and data systems infrastructure supporting the MARFORSOC Network Operator Course Classroom, ensuring modernized training capabilities. The project is particularly significant as it emphasizes inclusivity by encouraging participation from women-owned small businesses, including economically disadvantaged women-owned small businesses. Interested vendors must submit their quotes by 12:00 PM EST on May 12, 2025, following a mandatory site visit on April 22, 2025, and can direct inquiries to Betty Gonzalez at beatriz.gonzalez.civ@socom.mil or Samuel Williams at samuel.williams1@socom.mil.
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). The ammunition is critical for military operations, emphasizing the need for quality control, safety, and environmental compliance. Interested parties should note that the closing date for submissions has been extended to May 14, 2025, and 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 for further inquiries.
USSOCOM RFI TE 25-3: Human Machine Teaming
Buyer not available
The U.S. Special Operations Command (USSOCOM) is issuing a Request for Information (RFI) for a Technical Experimentation Event (TE 25-3) focused on Human Machine Teaming, scheduled for September 8-12, 2025, in Red Springs, North Carolina. This RFI invites nominations from organizations in research and development, private sectors, and academia to explore innovative technologies that can enhance the capabilities of Special Operations Forces (SOF). The event aims to foster collaboration between technology developers and SOF personnel to assess emerging technological solutions, particularly in areas such as unmanned systems, multi-modal capabilities, and autonomous operations. Nominations must be submitted by May 26, 2025, and interested parties can contact Technical Support at techexp@socom.mil or call 813-826-4646 for further information.
Wing Inflatables Combat Rubber Raiding Craft (CRRC) Maintenance, Repair, Parts & Training
Buyer not available
The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking to award a contract for the maintenance, repair, parts, and training of Wing Inflatables, Inc. Combat Rubber Raiding Craft (CRRC). This procurement aims to establish a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, issuing Firm Fixed Price (FFP) task orders exclusively to Wing Inflatables, Inc., as this is a sole source acquisition justified under simplified acquisition procedures. The CRRCs are critical for various military operations, and the contract will adhere to the NAICS code 336612, with a size standard of 1,000 employees. Interested parties can reach out to Kelly L. McNeill at kelly.mcneill@socom.mil for further information, although this notice does not constitute a Request for Quotation (RFQ) or an obligation on the part of the Government.
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.