Propellant Retainer Assembly
ID: W519TC-24-R-2027Type: Solicitation
Overview

Buyer

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

NAICS

Explosives Manufacturing (325920)

PSC

CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS (1377)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Rock Island, is seeking proposals for a five-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply Propellant Retainer Assemblies to Pine Bluff Arsenal in Arkansas. The procurement includes a maximum of 200,000 units, with a guaranteed minimum of 5,000 units, and requires a First Article Test (FAT) to be conducted 90 days post-award, followed by production deliveries commencing 120 days after FAT approval. This contract is crucial for ensuring the availability of essential components used in military applications, emphasizing compliance with various federal acquisition regulations. Interested offerors must submit their proposals by July 31, 2025, and can contact MichelleAnn Hulett at michelleann.g.hulett.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a price matrix for a federal government Request for Proposal (RFP) W519TC-24-R-2027, focusing on the procurement of Propellant Retainer Assemblies (CLIN 0001) and First Article Tests (FAT) (CLIN 0002). It outlines pricing structures across five ordering periods, detailing quantity ranges and corresponding percentage weights for unit prices of the Propellant Retainer Assembly. The matrix also includes sections for Offeror fill-in details such as CAGE Code, DUNS Number, and UEI Code, and calculates the Evaluated CLIN Price per Ordering Period for both items, culminating in a Total Evaluated Price. This structure allows offerors to submit their proposed pricing for different quantities and ordering periods for the specified components and testing.
    This document, Section L of a federal RFP, outlines comprehensive instructions for offerors submitting proposals for government contracts, emphasizing a potential award without discussions but reserving the right for clarifications or negotiations. Proposals must be specific, complete, and provide documentary evidence of how requirements will be met, with content evaluated solely on provided information. Key submission requirements include electronic submission via specified email addresses or DoD SAFE, adherence to a 10MB size limit (multiple emails permitted), and confirmation of receipt. Proposals must be in English, include a signed solicitation and amendments, a completed Price Matrix (Attachment 0001), and updated System for Award Management (SAM) data. They must remain valid for 240 days. The proposal is structured into four volumes: Technical (100-page limit), Past Performance, Price, and Acknowledgements/Signatures. Each volume has detailed sub-factor requirements, including specific plans for production capability, quality systems (ISO 9001:2015 compliance), and program management. Past Performance requires up to three recent contract references, with completed questionnaires (Attachment 0003) and detailed narratives, plus disclosure of any adverse performance or terminations. The Price Factor exclusively uses the Price Matrix (Attachment 0001) in Microsoft Excel, with unit prices limited to two decimal places. The document also details the process for Evaluation Notices (ENs) and proposal revisions, emphasizing clear identification of changes and complete resubmissions.
    Section M outlines the evaluation criteria for awarding a federal contract, emphasizing a lowest evaluated price approach for proposals meeting or exceeding non-cost factor acceptability. Key factors include Technical Ability, Past Performance, and Price. Technical Ability and Past Performance are rated as Acceptable/Unacceptable, with failure in any subfactor leading to disqualification. The Technical Factor, comprising Production Capability, Quality System, and Program Management Plan, is paramount, followed by Past Performance, with Price being the least important but potentially controlling if other factors are equal. Proposals deemed unrealistic or with unbalanced prices may be rejected. Past performance is assessed based on recent and relevant contracts, with the government reserving the right to use external sources for verification. Price evaluation will determine reasonableness and identify any unbalanced pricing. The U.S. Government aims to award without discussions but reserves the right to conduct them if necessary. The minimum guarantee quantity is 29,300 Propellant Retainer Assemblies.
    The Past Performance Questionnaire (PPQ) Form is a critical document used by Army Contracting Command – Rock Island (ACC-RI) to assess potential contractors for the W519TC-23-R-107 acquisition. Offerors complete sections IIA and IIB, while PPQ respondents (previous customers or clients) complete the remaining sections, providing ratings and comments on the contractor's performance across various criteria. The questionnaire evaluates aspects such as meeting quality and delivery requirements, adherence to schedules, problem identification and correction, overall satisfaction, and compliance with security requirements. Completed questionnaires must be submitted directly via email to specified contract specialists by the PPQ respondent's government or corporate email address. The form provides a rating system (Excellent, Good, Satisfactory, Marginal, Unsatisfactory) and detailed sections for general information, contract identification, and specific performance evaluations, emphasizing the importance of accurate and timely feedback for critical acquisition decisions.
    The document outlines a federal Request for Proposals (RFP) for the procurement of Propellant Retainer Assemblies and associated First Article Testing (FAT). It specifies pricing structures based on quantity tiers across multiple ordering periods, with distinct unit price adjustments and percentage weights allocated per tier. The RFP includes two Contract Line Item Numbers (CLINs): CLIN 0001 pertains to the Propellant Retainer Assembly, detailing evaluated prices across five ordering periods, and CLIN 0002 addresses the First Article Test for the retainer assembly. The document necessitates that offerors fill in crucial pricing and identification information, including Total Evaluated Price, CAGE Code, DUNS Number, and UEI Code. The structured format aims to streamline the proposal assessment process by establishing clear evaluative criteria for pricing over specified quantities and testing phases. This RFP serves the purpose of facilitating competitive bids from suppliers for specific military-related components, emphasizing adherence to federal acquisition regulations.
    This government document provides comprehensive guidelines for Offerors responding to a procurement solicitation related to the production of the M82 propellant retainer assembly. It outlines the submission process, specifying that proposals must be electronically submitted by the designated deadline and include several key components: a completed solicitation form, a Price Matrix, qualifications, past performance details, and a technical volume addressing specific factors. The Technical Volume is divided into three subfactors: Production Capability, Quality System, and Program Management, which must detail manufacturing plans, quality management practices, and comprehensive project management timelines. Past performance will be evaluated to predict future success, requiring references, performance narratives, and disclosures of any adverse history. The Price Volume must contain unit pricing and follow strict formatting guidelines. All submissions must adhere to the prescribed formats and limitations, with a focus on clarity and thoroughness. The document emphasizes the importance of meeting the solicitation requirements to avoid non-compliance and outlines the government's right to conduct discussions or clarifications if necessary. This process underscores the government's commitment to transparent competition in federal contracting.
    This document outlines the evaluation factors for awarding contracts under a government solicitation. The government plans to select the proposal with the lowest evaluated price, provided it meets acceptable standards in three key factors: Technical Ability, Past Performance, and Price. Each Technical Ability subfactor must receive an "Acceptable" rating to qualify. The Technical factors include Production Capability, Quality System, and Program Management Plan, all evaluated rigorously, with failure in any subfactor leading to disqualification. Past Performance is assessed to forecast future contract success, where recent contracts will inform ratings of confidence. The evaluation includes relevance and trends, with ratings ranging from "Very Relevant" to "Not Relevant." The Price factor will consider the evaluated total prices submitted by Offerors, ensuring they are fair and reasonable. Discussions are generally not planned after proposal submission, highlighting the importance of full and competitive initial proposals. This structured approach ensures that only capable Offerors are awarded contracts, maintaining high standards of performance and cost-effectiveness.
    The Past Performance Questionnaire (PPQ) Form is a critical document for the Army Contracting Command – Rock Island (ACC-RI) aimed at obtaining and evaluating past performance information from potential contractors. Offerors are required to complete specific sections of the PPQ and ensure that the completed questionnaire is submitted directly by the respondents to designated contacts. The evaluation metrics include various performance ratings ranging from "Excellent" to "Unsatisfactory," assessing factors such as adherence to contract quality and delivery requirements, schedule compliance, and problem-solving capabilities. Section II requires detailed information about the respondent and contract identification, while Section III encompasses the evaluation of the contractor's performance, including comments on specific scoring criteria. The questionnaire not only seeks quantitative ratings but also descriptive feedback on the contractor's work quality and compliance with security standards. Upon completion, responses should be submitted via email to the relevant contract specialist and officer, ensuring a systematic review process. The PPQ plays a vital role in federal contracting by ensuring that performance assessments inform decisions regarding contractor selection.
    The DD FORM 1423-1, FEB 2001, titled "CONTRACT DATA REQUIREMENTS LIST (1 Data Item)," is a standardized form used in federal government contracts for specifying data deliverables. This form outlines the requirements for contractors to submit various data items, such as test reports, technical manuals, or other relevant documentation. Key sections include details on the data item number, title, authority, contract reference, requiring office, and submission requirements like frequency and distribution. The document also provides detailed instructions for both government personnel in completing the form and contractors in understanding the pricing groups (Group I, II, III, and IV) for estimating costs associated with data production and delivery. The form emphasizes adherence to government requirements for content, format, frequency, and quality of data. The provided example showcases a specific application for a "propellant retainer assembly" and specifies the submission of "Test/Inspection Report" and "First Article Test Reports," highlighting the practical use of the form in procurement processes.
    The document is a Contract Data Requirements List (CDRL) (DD Form 1423-1) for the M82 Propellant Retainer Assembly, outlining data submission requirements for a federal government contract. It details one data item: a Management Plan and Acceptance Inspection Equipment Plan (DI-MGMT-80004, Sec E). The plan is to be submitted to Kenny Daniel at Pine Bluff Arsenal 30 days prior to the First Article Test (FAT). The CDRL specifies instructions for completing the form, including definitions for different price groups (Group I, II, III, IV) related to data production costs. It emphasizes that estimated data prices should only reflect costs incurred directly due to data supply requirements, excluding any amount for data rights. The document also includes approval signatures and dates from June 28, 2023.
    The DD FORM 1423-1, dated February 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables from contractors. This particular form details a "Quality Management Plan" and "Detailed Inspection Plan" for a "propellant retainer assembly." The document outlines various fields for government personnel to complete, such as contract line item number, data item title, authority, and submission frequency. It also provides instructions for contractors on how to estimate prices for data items based on four groups of effort, ranging from data not essential to the primary contract (Group I) to data developed as part of normal operating procedures with minimal effort for government submission (Group IV). The form emphasizes that estimated data prices should only reflect costs incurred directly from the data requirement, excluding the cost of data rights. Submissions for the Detailed Inspection Plan are required 45 days prior to First Article Test (FAT) and should be sent to Kenny Daniel at Pine Bluff Arsenal via mail or email.
    The Propellant Retainer Assembly document, identified as drawing 13-19-153 with specification EA-G-1723, outlines critical quality assurance provisions for its manufacturing and testing. This federal government document details the supplier's responsibility for inspection, allowing the use of their facilities unless disapproved by the government, which reserves the right to perform necessary inspections. Key aspects include 100% examination for critical characteristics and adherence to MIL-STD-1916 for major and minor characteristics. Two primary test methods are specified: Test Method A for leakage, requiring a 5 psi air application and liquid leak detector to ensure no foam or bubbles, and Test Method B for inner and outer clip positioning, detailing precise diameter measurements and positional tolerances for the inner (.138" with .025" tolerance) and outer (.178" with .010" tolerance) clips relative to Datum -B-. The document also emphasizes safety precautions, such as securely restraining the assembly during pressure testing. The prepared by Kenny Daniel / Kevin Atnip, DIR - PRODUCT ASSURANCE - PINE BLUFF ARSENAL, dated June 27, 2023, is crucial for ensuring the quality and safety of the Propellant Retainer Assembly in government contracts.
    The DD Form 1423-1 serves as the Contract Data Requirements List for the Department of Defense (DoD), outlining the necessary data items required under federal contracts. The form specifies the structure for documenting data acquisition, including various details such as contractor information, item categories (Technical Data Package, Technical Manual, etc.), frequency of submission, and approvals. It emphasizes the importance of first article tests and inspections related to a specific item, the propellant retainer assembly. Instructions on completing the form cater to both government personnel and contractors, detailing the required information for items like data descriptions, submission timelines, and associated costs. A classification system for pricing the generated data items is included, ranging from non-essential to additional effort required for compliance. This structured approach ensures accountability and clarity in contract data submissions, ultimately supporting best practices in federal procurement and compliance with pertinent regulations. Overall, the document underscores the systematic management of data requirements in DoD contracts, facilitating effective communication between the government and contractors.
    The document outlines requirements for the submission of a management plan related to the M82 Propellant Retainer Assembly under the jurisdiction of the SJMPB-MMQ. It specifies that notifications must be sent to the Contract Officer, Kenny Daniel at Pine Bluff Arsenal, along with the relevant acceptance inspection equipment plans per the outlined Contract Data Requirements List (CDRL). The document details essential administrative tasks, including submission timelines (e.g., 30 days prior to the Formal Acceptance Testing), necessary approvals, and distribution of copies. It categorizes various types of required data into groups one through four, defining how associated costs should be estimated based on their relevance to contractor duties. The provided instructions clarify how to complete the required forms, ensuring compliance with government protocols for technical data submissions. This thorough framework aims to facilitate data management and improve contract performance, reflecting the federal government's structured approach to procurement and compliance in military logistics and operations.
    The DD Form 1423-1 is a standardized document utilized in federal contracts to outline contract data requirements for submissions relevant to government procurement. This specific version focuses on a quality management plan associated with the propellant retainer assembly. The form mandates submission of a Detailed Inspection Plan 45 days before the First Article Test (FAT) and specifies requirements for government inspection and acceptance, frequency of data delivery, and distribution details. It includes fields for critical data such as contractor information, contract reference, and price estimation grouped based on the significance of the data. Furthermore, the form includes instructions for government personnel and contractors on how to complete the document, emphasizing the need for compliance with DoD standards and procedures. Overall, this form facilitates effective communication and documentation between contracting parties, ensuring compliance with established governmental guidelines.
    The document details the specifications and quality assurance provisions for the Propellant Retainer Assembly, referenced by drawing 13-19-153 and specification EA-G-1723. It establishes the supplier's responsibility for inspection, allowing the use of any inspection facilities unless otherwise specified by the government, which maintains the right to perform necessary inspections. The supplementary quality assurance provisions include a classification of quality characteristics, emphasizing a 100% examination for critical traits, with specific inspection methods outlined for major and minor characteristics. Key testing methods include a leakage test, which requires applying air pressure and examining for leaks using a liquid leak detector, as well as measurements for the positions of inner and outer clips with strict positional tolerances. The document is prepared by Kenny Daniel and Kevin Atnip from the Pine Bluff Arsenal and underscores adherence to MIL-STD-1916 standards for product acceptance, indicating a thorough, systematic approach necessary for ensuring quality in components critical to defense applications. This serves as a foundational guide for suppliers involved in government contracts related to munitions or related components.
    The United States Army Contracting Command - Rock Island issued Solicitation W519TC24R2027, an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract, for the supply of Propellant Retainer Assemblies to Pine Bluff Arsenal, Arkansas. This five-year contract, under NAICS 325920, has a maximum quantity of 200,000 units and a guaranteed minimum of 5,000 units for CLIN 0001, Propellant Retainer Assembly. A First Article Test (FAT) is required, due 90 days after contract award, with production deliveries commencing 120 days after FAT approval. Proposals were due by June 18, 2025, with questions due by June 5, 2025. Access to drawings is restricted, requiring US/Canada Joint Certification Program and DD Form 2345. Payment will be made via Wide Area WorkFlow (WAWF). The solicitation emphasizes compliance with FAR Part 15, SAM registration, and includes various clauses regarding inspection, acceptance, and unique item identification.
    This government solicitation (W519TC24R2027) from the U.S. Army Contracting Command – Rock Island seeks proposals for a five-year, Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Propellant Retainer Assemblies. The contract requires a guaranteed minimum of 5,000 units and a maximum of 200,000. It includes provisions for a First Article Test (FAT) and specific delivery timelines. The solicitation outlines detailed instructions for offerors, including requirements for SAM.gov registration, access to restricted drawings (requiring JCP certification), and electronic invoicing via Wide Area WorkFlow (WAWF). Amendments have extended the closing date to July 31, 2025, and provided answers to industry questions. The document also specifies packaging requirements, protest procedures, and various clauses incorporated by reference, covering areas like unique item identification and warranty.
    This document is a Request for Proposal (RFP) W519TC24R2027 from the U.S. Army Contracting Command – Rock Island for Propellant Retainer Assemblies. The solicitation seeks a five-year, Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a maximum of 200,000 units and a guaranteed minimum of 5,000 units for CLIN 0001 (Propellant Retainer Assembly). It also includes CLIN 0002 for First Article Test (FAT) lots and CLIN 0003 for Contract Data Requirements List, which is not separately priced. The original closing date was extended twice, first to June 30, 2025, and then to July 31, 2025, at 12:00 PM local time. Drawings are restricted due to export regulations, requiring US/Canada Joint Certification Program certification and a certified DD Form 2345 for access. Proposals must be complete, remain valid for 60 days, and adhere to Section L (Instructions to Offerors) and Section M (Evaluation Factors for Award). All offerors must be registered in SAM.gov and provide their CAGE Code, DUNS number, and SAM UEI Code. Payment will be made via Wide Area Workflow (WAWF).
    This government Request for Proposal (RFP) W519TC24R2027, issued by the U.S. Army Contracting Command – Rock Island, seeks proposals for a five-year, Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract to supply Propellant Retainer Assemblies to Pine Bluff Arsenal. The contract, under NAICS 325920, includes CLINs for the Propellant Retainer Assembly (maximum 200,000 units with a guaranteed minimum of 5,000), First Article Test (FAT), and Contract Data Requirements List (CDRL). Offerors must be registered in SAM.gov to access restricted drawings via a certified DD Form 2345. A First Article Test is required 90 days after contract award, with production delivery due 120 days after FAT approval. Proposals were due by July 31, 2025, and contractors are responsible for the accuracy of their quotes. Payments will be made by DFAS via Wide Area WorkFlow (WAWF). The document also details amendments, packaging requirements, and various federal acquisition regulations (FAR) clauses, including those on unique item identification, warranty, and small business rerepresentation.
    The United States Army Contracting Command – Rock Island issued Solicitation W519TC24R2027, a Request for Proposal (RFP) for Propellant Retainer Assemblies. This five-year, Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract, under NAICS 325920, will supply Pine Bluff Arsenal (PBA), Pine Bluff, AR. The solicitation includes Contract Line Item Numbers (CLINs) for Propellant Retainer Assemblies (maximum 200,000 ea.), First Article Test (FAT) (maximum 5 Lots), and Contract Data Requirements List (NSP). A First Article Test is required 90 days after contract award, with production delivery 120 days after FAT approval. Restricted drawings require US/Canada Joint Certification Program certification and a DD Form 2345. Proposals are due by 12:00 PM CT on June 18, 2025. This RFP is subject to various FAR and DFARS clauses, including those concerning electronic invoicing via Wide Area WorkFlow (WAWF) and Item Unique Identification and Valuation. The contract's minimum quantity for CLIN 0001 is 5,000 units, with delivery orders ranging from 1,000 to 40,000 units. The Government reserves the right to open discussions but intends to award without them to the lowest priced technically acceptable offeror.
    The United States Army Contracting Command - Rock Island is soliciting proposals for the supply of Propellant Retainer Assemblies to Pine Bluff Arsenal, under Solicitation W519TC24R2027. This solicitation is expected to result in a five-year, Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract awarded to the lowest priced technically acceptable offeror. The request includes access to restricted drawings, requiring potential contractors to be SAM.Gov registered and certified under the US/Canada Joint Certification Program. The solicitation outlines three Contract Line Item Numbers (CLINs): a maximum of 200,000 Propellant Retainer Assemblies, First Article Tests, and Contract Data Requirements List submissions. Proposals must be complete and submitted by June 18, 2025, and will be evaluated based on responsiveness to requirements. The overall minimum order is guaranteed to be 5,000 units, with initial delivery expected within 120 days after First Article Test approval. Contractors are also informed about specific packaging, delivery, and invoicing processes, including compliance with security measures for facility access. The solicitation emphasizes accurate quote submissions and outlines the payment procedures to be managed via Wide Area Workflow (WAWF). Additional stipulations focus on the responsibilities for nonconforming materials and provide a framework for protests regarding the procurement process.
    The United States Army Contracting Command - Rock Island is soliciting proposals for Propellant Retainer Assemblies, under Solicitation W519TC24R2027. This RFP aims to establish a five-year, Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract to suppliers that meet responsiveness and technical qualifications at the lowest price. Interested contractors must access technical drawings available on SAM.gov and must register in the System for Award Management (SAM) for eligibility. Two main submission deadlines include inquiries by June 5, 2025, and proposals by June 18, 2025. The RFP specifies minimum delivery quantities and includes a First Article Test (FAT) requirement, with initial production quantities due 120 days following FAT approval. The maximum contract quantity is set at 200,000 units, highlighting an estimate with a guaranteed minimum quantity of 5,000. All items will be delivered to the Pine Bluff Arsenal, and proposals must include relevant certifications. The solicitation underscores compliance with federal acquisition regulations and emphasizes the duty of contractors to ensure pricing accuracy and adherence to specifications. This procurement reflects the government's commitment to securing essential military components while fostering accountability in response to public needs.
    The United States Army Contracting Command - Rock Island has issued Solicitation W519TC24R2027, seeking proposals for the supply of Propellant Retainer Assemblies to be delivered to Pine Bluff Arsenal. The solicitation aims to establish a five-year, Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract with the offeror that submits the lowest priced technically acceptable proposal. Key details include a guaranteed minimum quantity of 5,000 assemblies and a maximum of 200,000 over the contract term. Amendments have extended the solicitation closing date to 31 July 2025. Contractors must comply with Federal Acquisition Regulation (FAR) requirements and ensure their proposals are complete and valid for 60 days post-submission. The solicitation has specified delivery schedules, including the First Article Test due within 90 days after contract award, and the initial production delivery due 120 days post-FAT approval. The procurement process emphasizes accuracy, registration in the System for Award Management (SAM), and adherence to specific packaging requirements. The document outlines compliance guidelines for inspections, payments, and contract clauses, as well as requirements for unique item identification of delivered supplies. This solicitation reflects the Army's effort to maintain a reliable supply chain for military equipment while adhering to rigorous regulatory standards.
    The United States Army Contracting Command - Rock Island has issued Solicitation W519TC24R2027, seeking proposals for the supply of Propellant Retainer Assemblies to Pine Bluff Arsenal. The solicitation is structured as a five-year, Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, procuring a maximum of 200,000 assemblies with a guaranteed minimum of 5,000 units. The solicitation includes crucial dates, submission requirements, and evaluation criteria, emphasizing the necessity for contractors to comply with various federal regulations, including SAM registration and unique item identification. Amendments to the solicitation have extended the closing date to July 31, 2025, and incorporated a Past Performance Questionnaire. Key deliverables include First Article Tests and Contract Data Requirements, with strict delivery schedules and inspection protocols detailed. Contractors must adhere to packaging and delivery standards outlined to ensure compliance with government expectations. This RFP reflects the Army's commitment to maintaining high procurement standards while emphasizing quality assurance and timely delivery in line with contractual obligations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Solicitation - Holder, Ammunition NSN: 1398-01-330-9529
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a Firm Fixed Price Contract to supply "Holder, Ammunition" (NSN: 1398-01-330-9529) for the M1 Abrams Family of Vehicles. This procurement is set aside for small businesses and includes a production quantity of three units, with an option for an additional three units, requiring delivery within 150 days after contract award. The solicitation emphasizes strict adherence to military packaging and marking standards, as well as compliance with quality assurance protocols and training requirements for handling Controlled Unclassified Information (CUI). Interested parties must submit their proposals via email to Haley Bruns by December 15, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration.
    Aluminum Round Bar
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for the procurement of 6061T6 Aluminum Round Bar, specifically 12 inches in diameter and 84 inches long, for use in the M48A1 Large Filter Production at Pine Bluff Arsenal. The contract will be a three-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, requiring a minimum of 40 and a maximum of 420 units, with strict adherence to material standards including AMS-QQ-200/8 and ASTM-B221. This procurement is critical for manufacturing parts essential to Army operations, and interested small businesses must submit their quotes by 3:00 PM CST on December 15, 2025, to the designated contacts, Heather Johns and Bethany Carbajal. A Certificate of Conformance is required for each order, and payment will be processed via Wide Area WorkFlow (WAWF).
    Solicitation_Feeder, Ammunition
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is seeking to award a two-year firm-fixed-price contract for the procurement of 16 units of Feeder, Ammunition, identified by National Stock Number (NSN) 1005-01-221-0420 and Part Number (PN) 7-317236300-3, exclusively from The Boeing Company. This procurement is critical for maintaining ammunition supply systems and is being conducted under the authority of FAR 6.302-1, which allows for solicitation from a single source due to the lack of available technical data. Proposals must be submitted by December 12, 2025, with inquiries due by November 27, 2025, and deliveries are expected within 180 days post-award to a designated location in Texarkana, TX. Interested parties can reach out to Contract Specialist Kaley Weeden at kaley.h.weeden.civ@army.mil for further information.
    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.
    M106 Foam Packaging
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is seeking proposals for the procurement of Foam Packing Tops and Bottoms to support the M106 Program at Pine Bluff Arsenal in Arkansas. This solicitation is a total small business set-aside under NAICS code 326150, focusing on the manufacturing of urethane and other foam products, and aims to establish a firm fixed price base contract with an option for additional quantities. The foam materials are critical for packaging and protecting items from environmental hazards during handling and shipping, adhering to specifications outlined in the associated documents, including the A-A-59136 commercial item description. Interested parties must submit their proposals by December 9, 2025, at 10:00 AM local time, and can direct inquiries to MichelleAnn Hulett or Bethany Carbajal via their provided email addresses.
    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.
    Procurement of High Mobility Artillery Rocket System (HIMARS) Launchers for Full-Rate Production (FRP) Years 18-19
    Buyer not available
    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.
    Hydraulic Supplies and Hardware
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Rock Island (ACC-RI), is seeking qualified vendors to provide hydraulic supplies and hardware for the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The procurement includes various hydraulic pump supply tubes, pressure tubes, hoses, and bulkhead locknuts, with a firm-fixed-price contract awarded to the lowest-priced, responsive, and responsible contractor. These hydraulic components are critical for maintaining and enhancing the operational capabilities of military equipment. Quotes are due by 6 PM CST on December 12, 2025, and must include shipping to Rock Island Arsenal, IL, with payment processed via Wide Area Workflow (WAWF). Interested parties can contact Andrew Owens at andrew.m.owens16.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    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.
    Pipe Fittings
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking proposals from qualified small businesses for the procurement of pipe fittings to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The solicitation, designated W519TC-26-Q-A021, requires the supply of various brass pipe fittings and high-pressure hose assemblies for Argon, Acetylene, and Oxygen gases, with specific quantities outlined in the solicitation documents. This procurement is critical for ensuring the operational readiness and efficiency of the Arsenal's manufacturing capabilities. Interested contractors must submit their quotes by 6 PM CST on December 12, 2025, with a required delivery date of January 30, 2026, and are encouraged to contact Andrew Owens or John Jacobsen for further inquiries.