60mm (M27), 81mm (M24 and M28), 120mm (M31) Mortar Tail Fins
ID: W15QKN25R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

AMMUNITION, 75MM THROUGH 125MM (1315)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 12, 2025, 6:00 PM UTC
Description

The Department of Defense, through the U.S. Army Contracting Command-New Jersey, is soliciting proposals for the manufacture, testing, packaging, and delivery of Mortar Tail Fins for 60mm (M27), 81mm (M24 and M28), and 120mm (M31) mortar cartridges. The procurement aims to secure components critical for various mortar cartridge programs, including High Explosive, Training, Smoke, and Illumination variants, ensuring operational readiness for military applications. Interested small businesses are encouraged to submit proposals by the extended deadline of May 12, 2025, at 2:00 PM Eastern Daylight Time, with a minimum guarantee of $2,093,689.62 for each awardee. For further inquiries, potential bidders can contact Michael Kline at michael.j.kline56.civ@army.mil or Aja Barnett at aja.m.barnett2.civ@army.mil.

Files
Title
Posted
Apr 21, 2025, 9:05 PM UTC
The document is an industry question set related to RFP W15QKN-25-R-0004, addressing inquiries about submission guidelines and attachments in a federal solicitation. Key points include clarification on accessing Attachment #0002, which outlines "Contract Quality Requirements" and was previously inaccessible due to sensitivity markings. The U.S. Government (USG) has confirmed that the attachment will be available in an upcoming amendment. Moreover, the requirement for submitting a signed paper proposal has been corrected; submissions must now be made exclusively through the Procurement Integrated Enterprise Environment (PIEE) and no longer via mail or hand delivery. Additionally, the proposal submission deadline remains April 28, 2025, at 2:00 PM Eastern Daylight Time, with no changes unless the solicitation is formally amended. This document emphasizes clarity in the proposal process for potential contractors, reflecting the structured and procedural nature of federal RFPs.
The document outlines responses to industry questions regarding RFP W15QKN-25-R-0004, focusing on the clarification of proposal requirements and timelines. Key points include the extension of the proposal deadline by two weeks to May 12, 2025, in response to the need for a complete set of designs due to the unavailability of the Technical Data Package (TDP). Each awardee will be guaranteed a minimum amount of $2,093,689.62, but this is for each awardee rather than for each fin model. Offerors must propose for all specified tail fin types, as failure to meet the requirements will render a proposal unacceptable. Furthermore, if proposed timelines for tooling and automation exceed specified limits, proposals may be disqualified under the Time of Delivery clause. This document serves to clarify expectations for potential bidders and emphasizes the importance of adhering to the stipulated conditions for successful proposal submission within the framework of government contracting.
The document pertains to the Request for Proposal (RFP) W15QKN-25-R-0004, specifically addressing industry questions concerning proposal timelines, financial guarantees, and submission requirements. An extension of two weeks for proposal submission has been granted due to the requirement to propose four designs and the unavailability of technical data packages (TDP). Each awardee will receive a total minimum guarantee of $2,093,689.62, not per design. Offerors must submit proposals for all required fin types, with all technical criteria needing to be rated acceptable to avoid proposal rejection. Moreover, proposals exceeding specified lead times for production tooling and automation will also be deemed unacceptable. The document strongly emphasizes compliance with the proposed timelines and deliverables, critical for ensuring a streamlined evaluation process under federal procurement regulations.
The document presents responses from the U.S. Government (USG) to industry questions regarding Request for Proposal (RFP) W15QKN-25-R-0004 related to the production of military components, specifically fin assemblies. Key inquiries address the absence of an Economic Price Adjustment (EPA) clause, specification of aluminum alloys, production rates, and deliverables under the contract. The USG has decided against including an EPA clause, urging contractors to mitigate cost fluctuations in their pricing. Clarifications on material specifications state that aluminum must comply with ASTM B221, and production capabilities necessitate a rate of up to 20,000 units per month. The document also outlines that minimum guaranteed amounts for initial orders are uncertain due to the nature of the Indefinite Delivery/Indefinite Quantity (ID/IQ) contract structure. Deliverables may vary based on demand, and initial orders in the first delivery after contract award may exceed stated guarantees. Overall, the RFP ensures that the government’s procurement needs align with contractors' capabilities while seeking contract flexibility for future requirements. This communication serves to enhance clarity for bidders, ensuring they have the necessary information to submit competitive proposals.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Solicitation_Mortar Mount
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a firm-fixed-price contract for the procurement of Mortar Mounts, identified by NSN 1015-01-561-6067 and Part No. 13015600. This opportunity is set aside exclusively for small businesses and requires compliance with military packaging standards, including special packaging instructions. The procurement is critical for supporting military operations, ensuring that the necessary equipment is available for effective defense capabilities. Interested contractors must submit their proposals electronically by May 27, 2025, and can direct inquiries to Contract Specialist Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.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.
120mm Tank Training Ammunition - FY27-FY32
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command, is seeking sources for the production of 120mm Tank Training Ammunition, including M1002 and M865A1 cartridges, for fiscal years 2027 through 2032. The procurement aims to fulfill projected Army requirements with an anticipated production rate of 35,000 M1002 cartridges and up to 60,000 M865A1 cartridges annually, alongside refurbishment of existing containers. This ammunition is critical for training purposes within the Army, ensuring operational readiness and effectiveness. Interested firms must submit their capabilities and relevant documentation electronically within 30 days of this notice, and should contact David Buennig at david.w.buennig.civ@army.mil for submission instructions.
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.
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.
M1128 Base Bleed
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-New Jersey, is conducting a market survey to identify potential sources capable of manufacturing base bleed propellant grains for the M1128 HE Artillery projectile program. The objective is to assess the capabilities of interested parties to produce 5,000 to 10,000 base bleed grain assembly units per month, which are critical for extending the range of conventional artillery systems such as the M777A2 and M109A7. Interested vendors must demonstrate their production capabilities, provide a rough order of magnitude cost estimate, and confirm their ability to meet stringent storage and quality assurance requirements. Responses to this Sources Sought notice are due by April 22, 2025, and should be directed to the primary contact, Ms. Mary O'Connell, at mary.p.oconnell3.civ@army.mil.
9-Millimeter (mm) Close Combat Mission Capability Kits (CCMCK)
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is seeking sources for the procurement of 9-millimeter Marking Cartridges intended for use in the Close Combat Mission Capability Kit (CCMCK). This procurement aims to provide a non-lethal, reduced-energy cartridge that allows soldiers to engage in training scenarios without the risk associated with standard ammunition, ensuring compatibility with various U.S. Army and Marine Corps weapons systems. Interested vendors must submit their qualifications, including manufacturing capabilities and production timelines, by 3:00 PM Eastern on May 16, 2025, to Emmanuel Perez at emmanuel.f.perez.civ@army.mil, with an estimated contract value involving the purchase of approximately 24,800,000 cartridges over the fiscal years 2026-2031.
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 ammunition is critical for military operations and must comply with U.S. Government Technical Data Packages, with production potentially limited to U.S. and Canadian entities. Interested manufacturers are encouraged to submit their capabilities and background information electronically by May 5, 2025, to the designated contact, Allison Howell, at allison.n.howell2.civ@army.mil, as this market survey is intended for informational purposes only and does not constitute a Request for Proposal.
Artillery (PA-55 and PA-71/A) and Mortar (PA162, PA167 and PA175) Fiber Containers
Buyer not available
The Department of Defense, through the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the procurement of various fiber containers used for artillery and mortar ammunition, specifically the PA-55, PA-71/A, PA-162, PA-167, and PA-175 models. The government intends to award up to two firm fixed-price indefinite delivery indefinite quantity contracts, with a total estimated value not exceeding $34,292,003.98, across five ordering periods of twelve months each. These fiber containers are critical for the safe and efficient storage and transportation of military ammunition, adhering to strict quality and safety standards. Interested vendors must submit their proposals by May 6, 2025, and can direct inquiries to Chelsey Love or Alex Sheppard via their provided email addresses.
M119 TRAVERSE GEAR - UNIVERSAL JOINT
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of M119 Traverse Gear - Universal Joint, transitioning from a small business set-aside to full and open competition. Interested contractors must submit their quotes via email by May 1, 2025, and include a Certificate of Conformance for each line item, adhering to Federal Acquisition Regulations and specific delivery requirements. This procurement is critical for maintaining operational capabilities within the Army, as the M119 Traverse Gear is essential for artillery systems. For further inquiries, interested parties can contact Lynn Baker at lynn.d.baker8.civ@army.mil.