Trinitrotoluene (TNT) and Plastic-Bonded Explosive N-9 (PBXN-9) Supplementary Charges
ID: W519TC-25-R-0006Type: Solicitation
Overview

Buyer

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

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

AMMUNITION, OVER 125MM (1320)
Timeline
  1. 1
    Posted Feb 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the procurement of Trinitrotoluene (TNT) and Plastic-Bonded Explosive N-9 (PBXN-9) Supplementary Charges under solicitation W519TC-25-R-0006. This procurement aims to secure explosive materials essential for military applications, with a focus on compliance with stringent quality and safety standards. The contract will utilize a Lowest Priced Technically Acceptable (LPTA) evaluation method and includes five one-year ordering periods, with a submission deadline extended to April 7, 2025. Interested contractors should direct inquiries to Anna E. Whitcomb at anna.e.whitcomb2.civ@army.mil or Nate Gillette at nathaniel.a.gillette.civ@army.mil for further details.

Point(s) of Contact
Files
Title
Posted
Mar 10, 2025, 9:06 PM UTC
The document provides a price evaluation sheet for government procurement related to two items: the TNT Supplementary Charge (CLIN 0001) and the PBXN-9 Supplementary Charge (CLIN 0002). The evaluation includes detailed ordering periods outlined across five intervals, spanning a total of 1825 days. Each item has distinct quantity ranges that affect unit pricing and weighted evaluation percentages, specifically focusing on First Article Test (FAT) evaluations across these periods. For CLIN 0001, the pricing structure is based on categories such as 5,000-49,999 units, 50,000-99,999 units, and up to 325,000 units, with varying weights influencing the evaluation price. Similarly, CLIN 0002 has its own scales for quantities ranging from 1,000 to 325,000 units, applying a weighted approach for price evaluation in line with government procurement policies. Both items also include considerations for government-owned property and require a total evaluated price for effective bidding and contractor selection. This document emphasizes the structured evaluation necessary for fair and transparent federal procurement processes, typical in Requests for Proposals (RFPs) and grants.
Mar 10, 2025, 9:06 PM UTC
The U.S. Army Contracting Command – Rock Island is seeking past performance assessments from identified points of contact for offerors participating in Request for Proposal (RFP) W519TC-25-R-0006. This evaluation is crucial for the competitive source selection process and involves providing detailed information about the offerors' performance on relevant contracts, adhering to NAICS 332993. The file includes a Performance Assessment Questionnaire designed to gather candid responses, which will significantly influence contract awards. The questionnaire contains ratings ranging from "Substantial Confidence" to "No Confidence," requiring rationale for each assessment related to compliance, project management, timeliness, and customer satisfaction. Additional sections allow for general comments and identification of other relevant past efforts. The completed questionnaire must be submitted within 15 days to the designated contracting officer, underscoring the importance of accuracy in the evaluations for the successful awarding of federal contracts. This document reflects the structured approach in government procurement processes, emphasizing accountability and thorough assessment of contractor performance.
The document outlines the Operations Security (OPSEC) requirements for contractors working with sensitive information under federal contracts. It defines sensitive information as that requiring special protection to prevent threats to national security or military operations, emphasizing that critical information is particularly important for mission success. Contractors must not disclose sensitive information without written approval and can only allow access to U.S. citizens on a "need to know" basis, while foreign nationals face stricter restrictions. Contractors are responsible for establishing an OPSEC program, developing an OPSEC Plan within 30 days of receiving critical information, and conducting annual self-assessments of their OPSEC measures. They must provide OPSEC training to employees before granting access to sensitive information and destroy all sensitive material upon contract completion, notifying the Contracting Officer of such actions. These requirements extend to all subcontractors involved with sensitive information, ensuring comprehensive protection across all levels of operation. The document emphasizes the importance of safeguarding sensitive information to uphold the integrity and security of U.S. objectives and missions.
Mar 10, 2025, 9:06 PM UTC
The document outlines the Operations Security (OPSEC) Plan for a government contract program, establishing guidelines to protect Controlled Unclassified Information (CUI) related to sensitive activities. It begins with general information about administrative responsibilities, the role of the OPSEC Manager, and the importance of OPSEC training among personnel. The plan details the identification of critical information, analysis of threats including various intelligence types (HUMINT, SIGINT, etc.), vulnerabilities, and assessed risks associated with the program. Key measures to protect sensitive data include promoting OPSEC awareness, controlling visitor access, securing communication channels, and implementing guidelines for subcontractors. Additionally, self-assessment protocols ensure that OPSEC measures are continually reviewed and updated. Training resources for personnel on CUI and OPSEC awareness programs are highlighted, asserting the significance of safeguarding sensitive information for for protecting national security and maintaining competitive advantage. This structured approach reflects the essential nature of OPSEC in government contracting environments, emphasizing compliance with regulations governing the protection of unclassified information while enabling efficient and secure operations.
Mar 10, 2025, 9:06 PM UTC
The document outlines the revised requirements for Contract C, focusing on engineering specifications and safety systems. It specifies modifications to the Hazardous Chemical and Safety Data Sheets (HCSDS), identifying which documents should be added or deleted from the project scope. Key adjustments include recommending the addition of TNT in the title block and excluding references to PBXN-9 explosives. It highlights the necessity to substitute materials based on ASTM standards, allowing for alternate sealing strip options while ensuring compliance with safety regulations. Furthermore, the document emphasizes quality engineering practices specific to TNT applications, illustrating the importance of precise documentation and adherence to standards in the context of federal contracts or grants. Overall, the revisions aim to enhance safety, compliance, and quality assurance within the scope of the contract requirements.
Mar 10, 2025, 9:06 PM UTC
The document outlines specific requirements for "Contract C," focusing on updates and corrections related to engineering standards and quality control. It includes directives to add or delete several HCSDS documents, indicating changes in compliance materials. A technical drawing is amended to integrate an alternate sealing strip material, emphasizing the flexibility in using ASTM D5330 or A-A-1671 grade B. Additionally, quality engineering recommendations highlight necessary grammatical corrections in titles, specifically correcting “Pricedure” to “Procedure” in DOD 4100.39 and updating the title for “COAI-PBXN-9.” Moreover, there is an instruction to include ECP R21A2030 in the Technical Data Package List (TDPL). Overall, the document serves to ensure compliance and accuracy in the execution of Contract C, with a focus on engineering materials and quality assurance processes, thereby aligning with federal contracting standards.
The document outlines the procedures and requirements for managing configuration changes via Engineering Change Proposals (ECPs) and Requests for Variance (RFVs) within a government contract. Contractors may submit ECPs for permanent changes to the Technical Data Package (TDP) and must provide accompanying Notices of Revision (NORs) for clarity. ECPs require submission of DD Form 1692, with additional pages as needed for technical impacts. RFVs can be used to temporarily deviate from TDP requirements, with DD Form 1694 required for all RFVs. Submissions do not alter contract delivery timelines, which must be negotiated independently with the Contracting Officer. The document ensures compliance and standardized communication regarding changes, preserving order and efficiency in government contracts. It emphasizes that any proposed specification changes should be made solely through ECPs, without requiring Specification Change Notices (SCNs). This structured procedure is critical for maintaining the integrity of government contracts while allowing flexibility for contractors.
Mar 10, 2025, 9:06 PM UTC
The document addresses updates to a federal solicitation regarding the procurement of TNT and related explosives. It outlines newly approved sources, including Hanwha Corporation and Imbel Corporation, and specifies requirements for proposals under two technical options. Offerors must submit presentations for both TNT and PBXN-9 configurations, with detailed limits on slide counts for each sub-factor. Clarifications on compliance with specifications for TNT and HMX have been made, referencing the latest revisions of relevant Military Specifications. Irrelevant materials have been removed from certain sections to streamline the document, and the solicitation deadline has been extended to April 7, 2025. This summary reflects the document's focus on regulatory compliance, specific proposal guidelines, and administrative updates pertinent to government procurement processes.
The document outlines the Contract Data Requirements List (CDRL) related to federal contracts, specifically for the TNT Supply Charge under Contract/PR No. P23C26. It specifies multiple data items which include requests for variances, engineering change proposals, notice of revisions, and various operational plans. Each entry provides details such as authority references, submission frequency, distribution requirements, and preparation details. The document emphasizes the necessity of submitting these items electronically in government-compatible formats, with clear deadlines for initial and subsequent submissions. Key roles including the contracting officer and requiring offices are identified, highlighting their responsibilities in reviewing and approving submissions. The comprehensive nature of these requirements seeks to ensure that all necessary data is obtained and maintained to uphold quality and compliance throughout the contractual obligations. This directive reflects the federal government's structured approach to procurement and contract management, ensuring rigorous oversight and adherence to established standards in various operational contexts.
The document outlines the Contract Data Requirements List (CDRL) for a government contract, including various data item requirements and specifications pertaining to the PBXN-9 Supply Charge system under contract number P23C25. It details the need for submissions including a Request for Variance (RFV), Engineering Change Proposal (ECP), Notice of Revision (NOR), Operations Security (OPSEC) Plan, and Performance Oriented Packaging (POP) Test Report. Each data item is categorized and includes specific requirements for submission timing, distribution statements, and software compatibility. Additionally, submission guidelines highlight the importance of electronic delivery and compliance with designated formats. Notably, the document mandates a structured approach to submitting updates, with timelines for government reviews and contractor responses emphasizing the importance of revisions. The overarching purpose of these requirements is to ensure that contractors provide essential data in accordance with government standards, vital for ongoing contract performance and compliance. This comprehensive framework reflects the government's commitment to maintaining high standards of quality, safety, and accountability in defense-related projects.
Mar 10, 2025, 9:06 PM UTC
The document outlines a solicitation for contract items by the Army Contracting Command, focusing on the procurement of TNT and PBXN-9 Supplementary Charges. This request for proposals (RFP) indicates the use of a Lowest Priced Technically Acceptable (LPTA) evaluation method, determining award recipients based on the best value for the government. The contract includes five one-year ordering periods with a guaranteed minimum amount. Specific qualified manufacturers are identified, and suppliers must comply with registration protocols and submission requirements detailed in sections on submission of proposals, packaging, inspection, and acceptance procedures. The document emphasizes contractor responsibilities, including having a robust quality assurance and statistical process control plan in place. Any amendments or inquiries regarding the proposal must be communicated to designated officials by specified deadlines. The summarized content reflects the solicitation's structured approach to procurement, safety considerations, and compliance with federal regulations.
Mar 10, 2025, 9:06 PM UTC
This document serves as an amendment to the solicitation W519TC-25-R-0006 issued by the Army Contracting Command concerning the procurement of explosive materials. The key changes include the extension of the submission deadline to April 7, 2025, the inclusion of new approved sources for TNT (Hanwha Corporation and Imbel Corporation), and the incorporation of responses to industry inquiries through Attachment 0008. The amendment also updates specifications for quality control measures regarding critical characteristics and inspection processes to enhance product conformity through detailed Statistical Process Control (SPC) plans. It highlights the expectation for contractors to manage non-conformance and implement robust quality assurance protocols. Key points cover the contractor's responsibilities in reworking non-conforming materials and the requirements for submitting ammunition data cards via the Worldwide Ammunition-data Repository Program (WARP). Ultimately, the amendment aims to streamline the procurement process while ensuring compliance with stringent quality and safety standards essential for military munitions.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Demolition, Charge, Block 1/4 lb TNT, 1/2 lb TNT, and 1 lb TNT.
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of demolition charge blocks of TNT in 1/4 lb, 1/2 lb, and 1 lb configurations under solicitation W519TC-25-R-0013. This opportunity is set aside for small businesses and will result in a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a guaranteed minimum order value of $950,000. The TNT blocks are critical for military applications, necessitating compliance with stringent safety and quality standards, including First Article Testing and adherence to Performance Oriented Packaging requirements. Interested contractors must submit their proposals, including pricing in a specified Price Matrix, by the deadline, and can direct inquiries to Megan Kirby at megan.m.kirby.civ@army.mil or Mackenzie Helgerson at mackenzie.a.helgerson.civ@army.mil.
W519TC-25-Q-POWD Black Powder
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking quotes for the procurement of Black Powder Class 3 and Class 6, in accordance with MIL-DTL-223D specifications. This solicitation aims to secure reliable suppliers for military-grade black powder, which is critical for various military applications, including igniters for rockets and artillery primers. Interested contractors must submit their proposals by April 23, 2025, with a firm-fixed-price model, and ensure compliance with all outlined requirements, including providing a 5-pound sample for First Article Testing and adhering to strict quality assurance protocols. For further inquiries, potential offerors can contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
1377-00-409-1096, MD33; 1377-00-409-1097, MD36; 1377-01-448-7159, SS45; 1377-01-
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of explosive items identified by the part numbers 1377-00-409-1096, MD33; 1377-00-409-1097, MD36; and 1377-01-448-7159, SS45. This procurement is restricted to Pacific Scientific, located in Hollister, CA, and includes a limited drawing package, although no paper copies will be provided, and drawings are not available on CD. The items are classified as explosive, necessitating a Safety Survey, and interested parties should refer to the solicitation for specific details regarding explosive weight and class. For further inquiries, potential bidders can contact Taytiana E. Figueroa at 717-605-3619 or via email at taytiana.e.figueroa.civ@us.navy.mil.
DITS - JN92, JN93, JN97
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of explosives manufacturing items identified as JN92, JN93, and JN97. The solicitation includes specific line item numbers (CLINs) for each item, with options available for each, indicating a structured approach to the procurement process. These items are critical components in the category of cartridge and propellant actuated devices, which play a vital role in various defense applications. Interested vendors can reach out to Stacey Romberger at 717-605-4549 or via email at stacey.romberger@navy.mil for further details regarding the solicitation.
Shaped Charges - M2A1 15lb & M3A1 40lb
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command - Rock Island, is seeking sources for the procurement of 15 lb and 40 lb Shaped Demolition Charges for Fiscal Year 2025 and beyond. The charges are designed for penetrating various materials, including concrete and masonry, with the M2A4 capable of penetrating to a depth of approximately 3 feet and the M3A1 reaching about 5 feet. This procurement emphasizes the need for specialized manufacturing skills and facilities, particularly for melt pour loading processes, and requires interested vendors to demonstrate their capabilities, including First Article Acceptance and Lot Acceptance testing. Interested parties must submit their responses by April 7, 2025, to the designated contacts, Megan Kirby and David Shaffer, and ensure they are registered in the System for Award Management (SAM).
Propelling Charge Support - 60mm, 81mm, 120mm - Solicitation
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting proposals for Propelling Charge Support for 60mm, 81mm, and 120mm artillery programs under Solicitation W519TC-25-R-2008. This procurement aims to secure a single Firm Fixed Price (FFP) contract, exclusively set aside for small businesses, with an evaluation based on the lowest price technically acceptable offers. The propelling charge support is critical for munitions used in military operations, ensuring reliability and effectiveness in the field. Interested vendors must submit their proposals electronically by April 17, 2025, at 10:00 AM CT, 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.
Intent to Sole Source to Gradient Technologies (G.D.O) - W519TC-25-R-0003 - Demil & Disposal of 5in, 6in, 8in, and bulk material containing Explosive D or Comp A-3
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command, is seeking proposals for the sole-source contract W519TC-25-R-0003, which involves the demilitarization and disposal of explosive materials, including 5-inch, 6-inch, and 8-inch projectiles, as well as bulk materials containing Explosive D or Composition A-3. The contract is exclusively awarded to Gradient Technologies (G.D.O) based on federal regulations, emphasizing the importance of safety and compliance in managing military waste. Proposals must be submitted by April 21, 2025, at 12:00 PM U.S. Central Time, with all inquiries directed to the Contracting Officer, Bridget Kramer, at bridget.l.kramer.civ@army.mil, or the Contract Specialist, Jennifer A. Darby, at jennifer.a.darby3.civ@army.mil.
1377-01-356-7841 SP02 1377-01-356-7842 SP03
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of explosive items identified by solicitation numbers 1377-01-356-7841 SP02 and 1377-01-356-7842 SP03. This procurement is restricted to Rockwell Collins, and interested parties should note that a limited drawing package is available, although no paper copies will be provided and drawings are not available on CD. The items involved are classified as explosive, necessitating a Safety Survey, and details regarding explosive weight and class can be found in the solicitation. For further inquiries, potential bidders can contact Connor Fry at 717-605-4048 or via email at connor.fry@navy.mil.
Sources Sought for Insensitive Munition Explosive - 104 (IMX-104) Production Capability
Buyer not available
The Department of Defense, through the Army Contracting Command-Rock Island, is seeking information from potential sources for the design, construction, and commissioning of a facility to manufacture Insensitive Munition Explosive - 104 (IMX-104) at the Holston Army Ammunition Plant in Kingsport, Tennessee, or another location within the Continental United States (CONUS). The facility is expected to produce between 10 to 13 million pounds of IMX-104 annually, adhering to military specifications and NATO standards, with a focus on domestic sourcing for precursor materials. This initiative is critical for maintaining operational capabilities within the Department of Defense, and responses to the sources sought notice are due by May 14, 2025. Interested parties can contact Josephine Hennings or Warren Stropes for further information and are encouraged to register for the Industry Day scheduled for April 29-30, 2025, to discuss project requirements and engage with government personnel.
1370-01-523-0965 MJU-64 AND 1370-01-551-5659 MJU-66
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of explosive items identified as MJU-64 and MJU-66. This competitive solicitation requires bidders to adhere to safety regulations, including the completion of a Safety Survey, due to the nature of the items being explosive; detailed specifications regarding explosive weight and class are provided in the solicitation. These items are critical for military operations, emphasizing the importance of reliable and safe explosive manufacturing. Interested parties can reach out to Brent Wagner at 717-605-1759 or via email at brent.wagner2.civ@us.navy.mil for further information, as paper copies of the solicitation will not be provided.