Request for Information (RFI) for to be announced (TBA) W519TC25RMONO – Monorail system installation/modernization for McAlester Army Ammunition Plant building 190 east
ID: W519TC25RMONORFIType: Sources Sought
Overview

Buyer

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

NAICS

Overhead Traveling Crane, Hoist, and Monorail System Manufacturing (333923)

PSC

CONVEYORS (3910)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command – Rock Island, is seeking information regarding the installation and modernization of a monorail system for Building 190 at the McAlester Army Ammunition Plant (MCAAP) in Oklahoma. The project aims to enhance the facility's capabilities in bomb body preparation by integrating a custom-built monorail system that meets specific design criteria and performance standards, while ensuring compliance with safety and quality management regulations. This monorail system is critical for the efficient transport of bomb components within MCAAP, which serves as a key facility for the Defense Department. Interested contractors are encouraged to submit their responses to the Request for Information (RFI) by May 5, 2025, and are invited to a pre-submission site visit on May 20, 2025, with RSVP required by May 12, 2025. For further inquiries, potential offerors can contact Adam Burgmeier at adam.c.burgmeier.civ@army.mil or Pamela Grys at pamela.m.grys.civ@army.mil.

    Files
    Title
    Posted
    The Army Contracting Command – Rock Island has issued a Request for Information (RFI) regarding the installation and modernization of a monorail system for Building 190 at the McAlester Army Ammunition Plant (MCAAP). This RFI is for planning purposes only and does not constitute a formal solicitation or guarantee of future contracts. The RFI seeks information from potential offerors about their small business status, company identifiers, past experience in constructing and installing monorail systems, and concerns regarding the attached Statement of Work (SOW) and drawings. The monorail system is critical for transporting bomb components within MCAAP, a key facility for the Defense Department. Participants interested in a site visit scheduled for May 20, 2025, must RSVP via email by May 12, 2025. Responses to the RFI are due by May 5, 2025, and interested parties should reach out to the designated points of contact for additional information. Overall, the document emphasizes the voluntary nature of RFI responses and the lack of associated funding for preparation costs.
    The document outlines the modernization plans for the McAlester Army Ammunition Plant's painting and stripping operations, detailing various equipment options and configurations. Key components include a thermal coating and paint booth, a bomb removal station, and tar systems, indicating a preference for certain alternatives. The document highlights the need for an upgraded track system, as well as options for thermal arc grit blasting and a heater tunnel. It emphasizes the importance of safely and efficiently removing assets from the production line, with additional features like a tar melt-out line. The outlined process flow is not finalized and may change upon further input and review, signifying ongoing developments in project details prior to securing contracts. The document serves as an internal proposal for enhancements within the federally funded operations at the ammunition plant, focusing on safety, efficiency, and modernization in accordance with government standards and specifications.
    The document provides a comprehensive purchase description for the B190 East Monorail System intended for inert preparation of bomb bodies at the McAlester Army Ammunition Plant. It details the project's scope, which includes design criteria, performance standards, and acceptance protocols. Contractors must have at least five years of relevant experience and comply with various safety and quality management standards, including OSHA, Department of the Army regulations, and ISO certifications. Key requirements involve ensuring system integration with existing infrastructure, minimizing maintenance needs, and maintaining safety features like pinch point elimination. The design must use specified construction materials and adhere to precise dimensions and load capacities. The installation phase is scheduled from April 2028 to March 2029, during which the contractor is responsible for certification and staff training. Bidders are encouraged to attend a pre-submission site visit to gain insights into project expectations and gather essential information for a successful proposal. The documentation emphasizes submission of detailed technical descriptions and design reviews at various project stages to establish alignment with government specifications. Through these criteria, the document aims to ensure a reliable and efficient monorail system that enhances the facility's operational capabilities in bomb body preparation.
    Similar Opportunities
    Box Culvert Bridge Material for Modernization and Repair Work
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking to procure box culvert bridge materials for modernization and repair work at the McAlester Army Ammunition Plant in Oklahoma. The procurement requires the delivery of six sets of pre-engineered box culverts, each designed to accommodate an E-80 train design load, with specific dimensions of 16 feet in span, 8 feet in rise, and 78 feet in length, along with detailed specifications for wall, floor, and ceiling thicknesses. This project is crucial for maintaining infrastructure integrity and ensuring operational efficiency at the facility. Interested small businesses must submit their bids via email to the primary contact, Mackenzie Helgerson, by the closing date of December 22, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    Radford Army Ammunition Plant (RFAAP) - W519TC-26-R-0003 - Competition Update
    Dept Of Defense
    The Department of Defense, specifically the Army, is providing an update regarding the Radford Army Ammunition Plant (RFAAP) competition under solicitation number W519TC-26-R-0003. The update outlines the tentative schedule for upcoming activities, including the posting of responses to Draft Request for Proposal (DRFP) questions and updated draft sections for industry review, with key dates set for mid-December 2025. The RFAAP is crucial for the operation of ammunition facilities, and the government plans to engage with industry stakeholders through virtual and on-site events in early calendar year 2026 to gather feedback on the draft documents. For further inquiries, interested parties can contact Anna E. Whitcomb at anna.e.whitcomb2.civ@army.mil or Amanda Carlson at amanda.l.carlson25.civ@army.mil.
    MOTCO Rail Curves Package 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Sacramento District Office, is seeking bids for the MOTCO Rail Curves Package 2 project, which involves various construction tasks related to rail curve repairs and relocations. The project includes mobilization, demobilization, and the repair and replacement of multiple rail curves, as well as demolition and UXO-related work. This procurement is critical for maintaining and enhancing rail infrastructure, ensuring safety and operational efficiency. Interested contractors can reach out to Jessica Padilla at jessica.padilla@usace.army.mil or Jennifer Wheelis at jennifer.l.wheelis@usace.army.mil for further details, with bids due by December 15, 2025.
    Sources Sought for Mild Detonating Cord/Fuze
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from potential sources for the procurement of mild detonating cord/fuze (MDC) for use in prototype military munitions at Redstone Arsenal in Huntsville, Alabama. The requirement includes less than 2,000 feet of metal clad MDC with specific dimensions of 1.5-2.0 mm in diameter and a weight of 2.5-3.0 gr/ft, which is critical for explosive signal transfer. This request for information (RFI) aims to gather market research and identify contractors capable of fulfilling this need, with responses due by 3:00 PM CST on December 19, 2025. Interested parties should submit white papers detailing their capabilities and product specifications to the primary contact, Jimmy Creech, at jimmy.w.creech.civ@army.mil.
    Operation of the Quad City Cartridge Case Facility (QCCCF)
    Dept Of Defense
    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, for Government Fiscal Year 2026. The objective is to develop and manufacture fixed-price prototype capabilities that enhance workload and revenue while maintaining the critical defense industrial base for producing steel and brass cartridge cases at a minimum rate of 3,000 units per month. This initiative is vital for sustaining the U.S. organic industrial base and ensuring the availability of essential ammunition components. Interested parties must submit white papers by January 8, 2026, with further details available from primary contact Mallory Schmitt at mallory.d.schmitt.civ@army.mil.
    CY26 Administrative Contracting Officer Support and GSA Vehicle Support at IAAAP and MLAAP
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island, is seeking support for Administrative Contracting Officer and GSA Vehicle services for Calendar Year 2026 at the Iowa Army Ammunition Plant (IAAAP) and Milan Army Ammunition Plant (MLAAP). This procurement is anticipated to result in a task order awarded to American Ordnance LLC, the current Operating Contractor, under an existing Basic Ordering Agreement (BOA) that extends through 2033. The services are crucial for the operation and management of ammunition facilities, ensuring compliance with government property regulations. Interested parties can direct inquiries to Cody R. Melton at cody.r.melton.civ@army.mil, noting that this notice is for informational purposes only and does not constitute a formal Request for Proposal (RFP).
    Switchgear Transformer Maintenance Service
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Rock Island, is soliciting quotes for Switchgear Transformer Maintenance Service at the McAlester Ammunition Plant in Oklahoma. This procurement involves the inspection, maintenance, testing, and servicing of switchgear transformer equipment in accordance with ANSI standards, with a contract duration of 12 months. The services are critical for ensuring the reliability and safety of electrical distribution systems at the facility. Interested small businesses must submit their quotes electronically by December 22, 2025, at 12:00 PM CDT, to Andrea Jones at andrea.jones36.civ@army.mil, including required attachments and pricing details.
    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.
    PROJECTILE, 155 MILLIMETER: HE, ADVANCED SUBMUNITIONS, XM1208
    Dept Of Defense
    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.