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
    Description

    The Department of Defense, through the U.S. Army Contracting Command, is seeking proposals for the manufacture, testing, packaging, and delivery of Mortar Tail Fins for 60mm (M27), 81mm (M24 and M28), and 120mm (M31) mortar cartridges. This procurement aims to secure essential components for various mortar cartridge variants, including High Explosive, Full Range Practice, and Illumination and Smoke items, which are critical for military operations. The contract is structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a minimum guarantee of $2,093,689.62 for each awardee, and proposals must meet stringent technical criteria to avoid rejection. Interested parties should submit their proposals by June 9, 2025, and can direct inquiries to Michael Kline at michael.j.kline56.civ@army.mil or Aja Barnett at aja.m.barnett2.civ@army.mil for further clarification.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    The document pertains to RFP W15QKN-25-R-0004, focusing on industry responses and clarifications regarding contract requirements and submissions. It addresses key questions posed by contractors concerning timelines for submissions and testing, including the Critical Characteristics Control Plan (CCCP) due dates, contract award dates, and pricing evaluations. The U.S. Government clarified the contract award date as September 30, 2025, and adjusted the CCCP submission timeline to 120 days prior to the First Article Test (FAT). Additionally, the document discusses submission responses for engineering data and evaluates pricing based on a total contract value, not merely unit pricing. Concerns about cybersecurity assessments, local production constraints, and impacts of tariffs are raised, with assurances that Duty-free Entry provisions will mitigate tariff impacts on raw materials. Technical requirements for testing and data collection methods were confirmed, offering flexibility in data types collected. The communication emphasizes compliance with government mandates and highlights the complexities involved in contract execution, showing the U.S. Government's commitment to fostering clear guidance and support for contractors during the bidding process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    1377-00-193-8832; M363; Impulse Cartridge, MK 124 Mod 0
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of the Impulse Cartridge, MK 124 Mod 0, under contract number N00104-26-N-B015. This competitive opportunity involves the supply of explosive items, with specific requirements for safety surveys and detailed reporting as outlined in the Contract Data Requirements List (CDRL), which includes various data items such as acceptance test plans and failure analysis reports. The cartridges are critical components used in military applications, necessitating strict compliance with safety and quality standards. Interested vendors should contact Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or call 771-229-0433 for further details, as paper copies of the solicitation will not be provided.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    MK22 Motor Tubes Solicitation N0017426R0002
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the MK22 Motor Tubes under solicitation number N0017426R0002. This procurement involves a Firm Fixed Price (FFP) supply contract on an indefinite delivery indefinite quantity (IDIQ) basis to manufacture motor tubes for MK 22 Rocket Motors, with a total small business set-aside and an anticipated performance period from April 5, 2026, to April 5, 2031. The contract requires adherence to specific military standards, including First Article Testing (FAT), hydrostatic tests, and compliance with ISO 9001:2015 quality systems, along with cybersecurity requirements under CMMC Level I. Interested contractors should contact Diane Hicks at diane.d.hicks.civ@us.navy.mil or call 301-744-6648 for further details, and proposals must be submitted by the specified deadline outlined in the solicitation documents.
    1377 - 1377-00-987-3603 M514 Impulse Cartridge MK 44 MOD 0
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of 2,514 units of the M514 Impulse Cartridge MK 44 MOD 0, classified under the NAICS code 325920 for Explosives Manufacturing. This procurement involves items that contain explosives, necessitating compliance with safety regulations, including a pre-award safety survey and adherence to DFARS 252.223-7002, which outlines safety precautions for ammunition and explosives. The solicitation will be available no earlier than the response date for this notice, and interested parties are encouraged to contact Alicia Wargo at alicia.l.wargo.civ@us.navy.mil or by phone at 771-229-0601 for further details. All responsible sources may submit an offer, and the government is open to considering commercial items that meet the requirements within 15 days of this notice.
    JAU-76/A Initiator, Cartridge Actuated and JAU-77/A Initiator, Cartridge Actuated: 200 Quantity
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support Mechanical Division, is soliciting offers for the procurement of JAU-76/A and JAU-77/A Cartridge Actuated Initiators, with a total quantity of 200 units. These initiators are critical components for the F/A-18 aircraft, and the contract will require adherence to strict military specifications, including unique item identification, detailed packaging, and quality assurance standards. The solicitation has undergone amendments, with the latest deadline for offer submissions extended to December 19, 2025, at 2:00 PM Eastern Time. Interested parties should contact Alexander Bonner at alexander.j.bonner2.civ@us.navy.mil or call 17712290390 for further information.
    Cornerstone OTA CS-26-1501 40mm Counter Unmanned Aerial System (CUAS)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a competitive Cornerstone Initiative Request (CIR) for the development of a 40mm Counter Unmanned Aerial System (CUAS). The objective is to integrate advanced proximity sensing fuze technology into programmable air burst cartridges for the MK19 grenade launcher, creating a comprehensive system for countering small UAS threats, which includes detection, tracking, targeting, and defeat functionalities. This initiative is crucial for enhancing the U.S. Manufacturing and Defense Industrial Base, and interested parties must be members of the Cornerstone consortium to participate, with a proposal submission deadline expected 30 days after the CIR issuance on or after November 25, 2025. For inquiries and registration information, interested entities should contact the Cornerstone OTA mailbox at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.
    SPRRA225R0002 MLRS SPARES
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    Apache AH-64 Composite Main Rotor Blade
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the Maintenance and Overhaul (M&O) of Apache AH-64 Composite Main Rotor Blades (CMRB). This procurement aims to ensure the operational readiness and safety of the Apache helicopter fleet by providing necessary upgrades, repairs, and compliance with stringent quality standards, as CMRBs are classified as Critical Safety Items (CSI). Proposals must be submitted electronically by March 11, 2026, at 3:00 PM CST, and interested parties can reach out to primary contact Meagan M Melton at meagan.m.melton.civ@army.mil or secondary contact Jessica Mangum at jessica.t.mangum.civ@army.mil for further information.
    Procurement of High Mobility Artillery Rocket System (HIMARS) Launchers for Full-Rate Production (FRP) Years 18-19
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Redstone, is conducting market research through a Request for Information (RFI) to identify potential suppliers for the procurement of M142 High Mobility Artillery Rocket System (HIMARS) launchers for Full-Rate Production (FRP) for fiscal years 2027 and 2028. The procurement aims to support the Strategic and Operational Rockets and Missiles Project Office, requiring interested parties to provide white papers detailing their capabilities, past experience, and technical approaches to producing HIMARS launchers, with a focus on efficient and cost-effective execution. The HIMARS system is critical for tactical forces, enabling rapid and precise engagement of targets, and the total production quantities sought range from a minimum of 48 to a maximum of 192 units over the specified fiscal years. Responses to the RFI are due by December 20, 2025, and interested parties should direct inquiries and submissions to Tameka A. Parker at tameka.a.parker2.civ@mail.mil.