COUNTERMEASURES PRODUCTION PROCESS EQUIPMENT DESIGN
ID: W519TC-26-Q-SUREType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: PRODUCTION ENGINEERING (C215)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island, is seeking proposals for the design of countermeasures production process equipment. This procurement aims to modernize the production processes for countermeasures flares at the Crane Army Ammunition Activity, focusing on enhancing safety, efficiency, and product quality through advanced technologies and automation. The project is structured into four phases, spanning from December 2025 to the end of Phase 4, with a total estimated performance period of 40 months. Interested parties must submit their quotations by 12:30 PM CT on November 14, 2025, and can direct inquiries to Bridget Garnica at bridget.m.garnica.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Crane Army Ammunition Activity (CAAA) is undertaking a multi-year project to modernize its countermeasures flares production processes by designing new equipment for a planned facility. This project focuses on technical equipment design, aiming to improve safety, efficiency, and product quality through modern technologies and automation. The effort is divided into four phases: Phase One involves evaluating existing processes, conducting market research, and developing preliminary designs and cost estimates (through FY25). Phase Two focuses on full design development, including detailed drawings, specifications, and refined cost estimates (FY26-FY27). Phase Three provides assistance for equipment procurement pre-solicitation, including RFP input and cost estimate refinement (FY29-FY30). Phase Four offers design assistance during equipment procurement and installation, ensuring compliance and resolving technical issues (FY30-FY31). This project, while not including facility design, will inform infrastructure requirements.
    The document outlines federal regulations regarding telecommunications and video surveillance equipment for government contractors, specifically focusing on Federal Acquisition Regulation (FAR) clauses 52.204-24, 52.204-25, and 52.204-26, derived from Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It prohibits executive agencies from procuring or contracting with entities that use covered telecommunications equipment or services as a substantial component or critical technology within their systems. Offerors must represent whether they provide or use such equipment/services and, if so, provide detailed disclosures including entity information, equipment/service descriptions, and explanations of proposed use. The document also clarifies exceptions to the prohibition, such as services connecting to third-party facilities (backhaul, roaming, interconnection) and telecommunications equipment that cannot route user data traffic or permit visibility into user data.
    The provided government file, FAR provision 52.212-3 Alt I (May 2024), outlines comprehensive offeror representations and certifications for commercial products and services. It requires offerors to confirm various statuses, including small business, veteran-owned, women-owned, and disadvantaged business concerns, either through SAM or direct completion. The document defines key terms like "economically disadvantaged women-owned small business," "forced or indentured child labor," and "sensitive technology." Additionally, it mandates certifications related to Buy American acts, trade agreements, payments to influence federal transactions, responsibility matters (e.g., debarment, delinquent taxes), child labor, place of manufacture, service contract labor standards, taxpayer identification, restricted business operations in Sudan, inverted domestic corporations, Iran-related activities, ownership, and greenhouse gas emissions. A critical component involves representations regarding covered telecommunications equipment or services.
    The document outlines instructions for quoters responding to RFQ W519TC25QSURE for "Countermeasures Production Process Equipment Design." It specifies that quoters must enter data in yellow highlighted cells, maintaining the general format of the worksheet for evaluation. The document details contract types (FFP for Labor, ODC/Material, and COST NO-FEE for Travel) and provides a structure for pricing across four phases, with associated CLINs (Contract Line Item Numbers) and a Period of Performance from December 1, 2025, to the end of Phase 4. Key instructions include entering labor hours as whole numbers and rates to the closest whole cent, with the last set of rates covering the final phase and a 6-month Extension of Services Option. It also addresses the optional inclusion and evaluation of FAR 52.217-8, Option to Extend Services, noting that labor rates may be adjusted based on prevailing rates from the Secretary of Labor if exercised. A tab for contractor assumptions and pricing for betterments is also mentioned.
    Attachment 0008 outlines the question format for RFQ Number W519TC-25-Q-SURE, focusing on technical requirements for a federal government contract. It details three key evaluation factors: Technical Expertise/Experience, Project Team, and Technical Approach. Proposers must describe their team's expertise in task requirements, particularly concerning PWS Section 2.0 Paragraphs A3, A4, A5, A7, A10, B1, and B2, with an emphasis on designing equipment systems meeting explosives safety standards. Additionally, they need to demonstrate their ability to establish a competent management, quality control, and technical team, identifying the experience of key personnel and major project activities. Finally, the technical approach requires a description of how the proposer will perform major tasks within each project phase, including understanding countermeasures requirements, researching manufacturing technologies, developing courses of action, planning explosive hazard classifications, and designing cost-effective manufacturing equipment systems.
    The document addresses inquiries regarding a federal contract solicitation, W519TC-26-Q-SURE, for countermeasures. Multiple questions were posed by potential bidders, seeking clarification on whether the requirement was new or a follow-on, and if an incumbent contractor existed. The consistent answer provided by the solicitation authority was that this is a new, sole-source requirement, and therefore, no incumbent contractor name or contract number exists. This clarifies that competitive proposals are not being accepted at this time.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Buyer not available
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    CONTROL ASSEMBLY,AC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of CONTROL ASSEMBLY,AC, a critical component in the manufacturing of small arms and ordnance accessories. This solicitation emphasizes the need for compliance with specific inspection and acceptance criteria, as well as adherence to quality assurance standards, ensuring that all supplied items meet rigorous military specifications. The procurement is vital for maintaining operational readiness and supporting national defense initiatives, with the solicitation closing on February 20, 2025. Interested vendors should direct inquiries to Amy Smith at 385-591-3484 or via email at AMY.SMITH@DLA.MIL for further details.
    Operation of the Quad City Cartridge Case Facility (QCCCF)
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the operation of the Quad City Cartridge Case Facility (QCCCF) in Rock Island, Illinois. The primary objective is to develop and manufacture fixed-price prototype capabilities for both Department of Defense and commercial use, while maintaining the facility's critical defense industrial base capability to produce steel and brass cartridge cases at a minimum rate of 3,000 units per month. This initiative is vital for enhancing the U.S. organic industrial base and ensuring a steady supply of ammunition components. Interested contractors must submit whitepapers by January 8, 2026, and can direct inquiries to Mallory Schmitt at mallory.d.schmitt.civ@army.mil.
    PROJECTILE, 155 MILLIMETER: HE, ADVANCED SUBMUNITIONS, XM1208
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - New Jersey, is conducting a market survey to identify potential sources for the production of the 155mm HE Advanced Submunitions, designated as the XM1208 projectile. This procurement aims to establish a domestic production capability for the XM1208, which is intended to enhance U.S. ground forces' effectiveness in engaging targets, particularly in personnel and light materiel missions, while complying with Department of Defense cluster munition policies. Interested parties must demonstrate their production capabilities, including monthly delivery rates, facility specifications, and quality assurance measures, and submit their responses by 0900 ET on December 22, 2025, to the designated contacts, John C. Scott Jr. and Cameron Sacco, via email. All submissions will be treated confidentially and at no cost to the government.
    F-15 SMDC Initiators
    Buyer not available
    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.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting bids for a customized machine base designed for cannon manufacturing process equipment. The procurement involves the design, fabrication, installation, and training for a machine base that can accommodate workpieces of significant dimensions and weight, with specific requirements outlined in the Statement of Work. This machine base is critical for enhancing the manufacturing capabilities at the Watervliet Arsenal, ensuring precision and efficiency in cannon production. Interested contractors must submit their proposals by December 8, 2025, and can direct inquiries to Amanda Robinson at amanda.p.robinson2.civ@army.mil or by phone at 518-266-4931.
    Carrier Drive Assembly
    Buyer not available
    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.
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    Hexagon Metrology Inspection Arm
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Rock Island, is soliciting quotes for the procurement of a Hexagon Metrology Inspection Arm to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The contract will involve the purchase of a Hexagon 83 series v3, 6-Axis Absolute inspection arm system, which is critical for precision measurement and quality assurance in manufacturing processes. This acquisition is intended to enhance the capabilities of the facility, ensuring compliance with federal and local regulations while maintaining high standards of safety and security. Quotes are due by December 9, 2025, at 10:00 AM Central time, and interested parties can contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.