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
ID: W519TC-25-R-0003Type: 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 30MM UP TO 75MM (1310)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command, intends to award a sole-source contract to Gradient Technologies for the demilitarization and disposal of various munitions, including 5-inch, 6-inch, and 8-inch projectiles, as well as bulk materials containing Explosive D or Composition A-3. The contract requires the contractor to initiate demilitarization within 18 months of award and complete the process within one year, ensuring compliance with safety and environmental regulations throughout. This procurement is critical for managing excess military ordnance responsibly and aligns with federal initiatives for public safety and environmental stewardship. Proposals are due by March 28, 2025, and interested parties can contact John Fury at john.p.fury2.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a price matrix for Demilitarization Explosive D, outlining a Request for Proposal (RFP) structure utilized by the federal government. It includes relevant details for various explosive classifications, specifically 5-inch, 6-inch, and 8-inch sizes, along with bulk material pricing. Each line item is identified by a Contract Line Item Number (CLIN) and designated as Firm Fixed Price (FFP). The Offeror is required to submit quantities and unit prices for the specified explosive types and bulk material, culminating in a total evaluated price which currently stands at $0.00, indicating no bids were provided or prices have yet to be filled. This document highlights procedural requirements for submitting pricing in relation to government contracts, showcasing how prospective contractors must convey essential pricing information for their proposals. Such procurement processes are vital for ensuring accountability and transparency in federal expenditure related to defense materials. The structured format allows for systematic evaluation and comparison among various offers, critical for informed decision-making in government acquisitions.
    The document categorizes various types of explosive projectiles and cartridges related to military ordnance, including their specifications and classifications. It details specific items such as 5-inch cartridges, projectiles with various explosive designs, and the associated National Stock Numbers (NSNs), Department of Defense Identification Codes (DODICs), and hazard classes. The products listed vary in quantities, weights, and purpose, with particular emphasis on their explosive classifications (e.g., EXPLOSIVE 1.1D, EXPLOSIVE 1.2D) and storage requirements. This inventory appears to be part of a federal government request for proposals (RFPs) or grants, focusing on the procurement of military-grade munitions. The systematic organization of the data highlights the need for strict compliance to safety and regulatory standards within military logistics and supply chains. Understanding these specifications is vital for ensuring that contracts related to munitions meet governmental standards and regulations while enabling efficient project planning and resource management. Overall, the document serves as a comprehensive reference for stakeholders involved in military procurement and logistics, emphasizing safety and compliance in handling explosive materials.
    The Operations Security (OPSEC) Plan outlines measures to safeguard sensitive information related to a federal contract, ensuring compliance with Controlled Unclassified Information (CUI) standards. Developed by a designated OPSEC Coordinator, the plan details responsibilities, training requirements, and procedures for employees and subcontractors involved in the program. Key components include identifying critical information, assessing threats and vulnerabilities, implementing OPSEC measures, and conducting annual self-assessments to enhance awareness and protection against collection efforts. Specific vulnerabilities address employee awareness, communication security, visitor controls, and safeguarding sensitive data from intelligence threats. The document emphasizes a proactive approach in mitigating risks associated with espionage and information leaks, aligning with federal guidelines for technology and contractual obligations. The training framework, which includes initial orientation and ongoing refreshers, ensures personnel are equipped to manage and protect sensitive information effectively. This OPSEC Plan serves as a vital instrument for maintaining national security and the organization’s competitive edge in defense contracting.
    The iWATCH Army Training program aims to educate contractors and subcontractors working on Army contracts about recognizing and reporting suspicious activities potentially linked to terrorist threats. This training must be completed within 30 days of contract award or within 5 days for new employees. Key training topics include the program's origin, types of terrorist threats, indicators of suspicious behavior, and the process for reporting such activities. Key threats outlined include active shooters, improvised explosive devices (IEDs), and insider threats. Participants are trained to identify specific suspicious behaviors, such as individuals taking unusual interest in secure areas or leaving packages unattended. Reporting procedures emphasize the importance of providing detailed observations, such as physical descriptions and vehicle details, without risking personal safety. The training culminates in a Certificate of Completion to ensure accountability. The overarching goal of the iWATCH Army program is to foster a vigilant community that actively contributes to the safety and security of Army installations and personnel against potential terrorist activities.
    This Statement of Work (SOW) outlines the requirements for the demilitarization, treatment, and disposal of various types of conventional ammunition, specifically projectiles and bulk explosives filled with Explosive D or Composition A-3. Contractors are responsible for providing all necessary resources to ensure the safe demilitarization process, complying with environmental and safety regulations. Key objectives include the complete elimination of military design features from the munitions to prevent unauthorized use and risks to national security. The SOW details the procedures for demilitarization and subsequent reporting requirements. Contractors must submit safety and disposal plans for government approval before commencing work. The document emphasizes stringent safety measures, including immediate reporting of incidents and maintaining a Quality Management System. Additionally, environmental compliance is integral, requiring adherence to relevant environmental regulations and waste management protocols. Successful contractors will manage the entire lifecycle of demilitarization, ensuring accurate record-keeping and reporting on progress. This SOW represents a critical step for the government in addressing excess and obsolete munitions responsibly, aligning with broader federal initiatives for public safety and environmental stewardship.
    This Statement of Work (SOW) outlines physical security standards for Contractor-Owned and Contractor-Operated (COCO) facilities handling Arms, Ammunition, and Explosives (AA&E), replacing prior requirements in alignment with DoD M 5100.76. It details security protocols, construction standards, and protective measures necessary for safeguarding AA&E within contractor facilities. Key elements include guidelines for facility construction, such as adherence to DoD safety standards, and a formal process for facility suitability determinations before contract awards. Additional measures include stringent access controls, security lock requirements, security lighting, and intrusion detection systems. The SOW also mandates accountability of AA&E, incident reporting protocols, and establishes the procedure for requesting security waivers or exceptions. The document serves as a comprehensive framework intended to enhance the security and safety of sensitive military materials in contractor environments, ensuring compliance with DoD mandates. This SOW is pivotal in maintaining the integrity of operations involving sensitive conventional arms and reinforces the commitment of the U.S. Army Joint Munitions Command to secure the defense infrastructure.
    The document outlines a Proposal Adequacy Checklist (DFARS 252.215-7009) for offerors responding to federal solicitations, ensuring proposals are comprehensive and compliant with relevant regulations. It includes a series of instructions with specific items that must be checked, explaining the location or reasoning for any information not provided. Key areas covered include: completion of proposal pages, identification of government-furnished materials and noncompliance with Cost Accounting Standards, disclosure of cost impacts, indexing of certified cost data, and documentation for subcontractor pricing and inter-organizational transfers. Additional sections focus on labor, indirect costs, and other direct costs, ensuring clear breakdowns and support for all estimates. The checklist emphasizes the importance of justifying all proposed costs, particularly for contracts involving substantial subcontracting, and requires clarity on proposed cost rates and calculations. This structured approach aims to facilitate transparency and accuracy in federal procurement processes, ensuring that submitted proposals meet government requirements and standards.
    This document comprises a series of Contract Data Requirements Lists (CDRLs) concerning various training programs mandated for contractors working with the Army. Notably, it outlines requirements for Antiterrorism Level I Training, iWatch Training, and Cyber Incident Reporting. Each data item specifies the necessary training, deadlines for completion, and related responsibilities for contractor and subcontractor employees—such as submitting certificates of completion and reporting on training results to the Contracting Officer. The Antiterrorism Level I Training emphasizes that all personnel requiring access to Army installations must complete the training within 30 days of the contract's start. The iWatch Training mandates that employees receive briefings on suspicious activity reporting within similar timeframes. Furthermore, the Cyber Incident Reporting requirement stipulates the need for contractors to promptly report any cyber incidents affecting information systems, necessitating a thorough review for evidence of compromise. The document is structured in compliance with Department of Defense reporting guidelines, detailing each requirement under its respective data item number and providing clear guidelines regarding submission timelines. This compliance underscores the Army's commitment to enforcing security measures within contracts involving sensitive operations.
    The solicitation W519TC-25-R-0003 issued by the U.S. Army Contracting Command seeks proposals for the demilitarization and disposal of explosives, including 5, 6, and 8-inch projectiles and bulk materials containing Explosive D or Comp A-3. This RFP is exclusively for Gradient Technologies based on special authority under federal regulations. A detailed list of assets is provided in Attachment 0002, categorized by Contract Line Item Numbers (CLINS). The contract type is Firm Fixed Price, requiring certified cost or pricing data from the bidder. Contractors must initiate demilitarization within 18 months post-award and complete it within a year of receiving the materials. The invoicing process is structured into phases tied to government approvals, totaling a potential 100% of the contract amount via various milestones. Access to technical data requires compliance with Department of Defense protocols, and proposals are due by 28 March 2025. This solicitation emphasizes the importance of safety and regulatory compliance in managing military waste and details specific requirements for contractor obligations and responsibilities throughout the process, including documentation and certification of completed work.
    Similar Opportunities
    Sight Grenade Launcher
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is seeking proposals for the procurement of the MK19 Sight Grenade Launcher under Solicitation W912CH-24-R-0161. This opportunity is set aside exclusively for small businesses and involves a firm-fixed-price contract for an estimated quantity of 1,792 units, with specific requirements for inspection, acceptance, and delivery timelines post-award. The procurement is critical for military operations, emphasizing the importance of maintaining high standards in defense equipment while promoting small business participation. Interested vendors must ensure they are registered in the DoD’s System for Award Management (SAM) and comply with export control regulations, with proposals due by March 4, 2025. For further inquiries, potential bidders can contact Richard Hall at richard.g.hall64.civ@army.mil or Steven Klemmer at steven.m.klemmer.civ@army.mil.
    MK75 Parts Removal from BAE Property
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking proposals for the removal of MK 75 parts from the BAE facility in Louisville, Kentucky. The project requires U.S. Coast Guard (USCG) personnel to access government-owned equipment for removal, while BAE will handle the scrapping of additional unlisted equipment. This operation is crucial for maintaining the integrity of government assets and ensuring efficient disposal processes, with the contract expected to span from award until September 30, 2025, when all equipment removal must be completed. Interested parties should contact Jimmy Ludwick at james.e.ludwick2.civ@us.navy.mil for further details and to discuss the proposal requirements.
    CONTAINER FREIGHT UTILITY
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking proposals for a firm-fixed-price contract to procure 253 units of Container Freight, Utility, under solicitation W56HZV-23-R-0088. The contract is a 100% small business set aside, with delivery required to the Sierra Army Depot within 120 days post-award, at a rate of 50 units per month, adhering to specific packaging and inspection standards such as MIL-STD-1916. This procurement is crucial for supporting military logistics and operations, ensuring that the Army has the necessary freight containers for effective transportation and storage. Interested vendors must submit their proposals via email to Contract Specialist Clarissa Dixon by February 13, 2025, at 6 PM, and must comply with various regulatory requirements, including obtaining a DD 2345 certification and being registered with the System for Award Management (SAM).
    USACE SPK DBB Construction - Military Ocean Terminal Concord, Containerized Ammunition Holding Facilities, Concord, California
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for the construction of Containerized Ammunition Holding Facilities at the Military Ocean Terminal in Concord, California. This project aims to enhance military readiness by improving ammunition storage capabilities, with specific requirements including civil, structural, electrical, and demolition work, while adhering to environmental protocols and safety measures. The contract is significant for modernizing military infrastructure and ensuring compliance with federal guidelines, with bids due by January 29, 2025, at 10:00 AM PST. Interested contractors can reach out to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL for further information.
    Propelling Charge Support - 60mm, 81mm, 120mm
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of propelling charge support for 60mm, 81mm, and 120mm ammunition. This presolicitation opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 325920, which pertains to explosives manufacturing. The goods are critical for military operations, ensuring the effective performance of various munitions. Interested parties should direct inquiries to Carly Frye at carly.c.frye.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil for further details.
    Entrance Unit, gun system (ammunition drum)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for the Entrance Unit, Gun System (ammunition drum), identified by NSN 1005-01-050-2736. This procurement involves a Firm-Fixed Price Indefinite Delivery Contract (IDC) with an estimated annual demand quantity of 36 units, and the contract will span a base period of three years with two one-year options, totaling a maximum of five years. The goods are critical for military operations and are subject to the Buy American Act, with delivery expected within 746 days after order issuance. Interested vendors should submit offers via the DLA Internet Bid Board System (DIBBS) or email by the response date, estimated around February 25, 2025, and can contact Karin Wilson at karin.wilson@dla.mil for further inquiries.
    Mandrels for the Watervliet Arsenal
    Buyer not available
    The Department of Defense, specifically the Army's Watervliet Arsenal, is seeking proposals for the procurement of two mandrel expanding devices designed for a 60mm bore, as outlined in solicitation number W911PT25Q0029. Vendors are required to comply with specific drawing requirements for marking the mandrels and their packaging, along with adhering to strict inspection protocols. These mandrels are critical components in military applications, emphasizing the importance of quality and timely delivery in fulfilling this contract. Interested contractors must submit their quotes by February 18, 2025, and can direct inquiries to Coby Brickner at Coby.R.Brickner.Civ@army.mil or by phone at 518-266-4505.
    Environmental Compliance and Hazardous Material-Waste Management Support Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Europe District, is seeking industry interest for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple-Award Task-Order Contract (MATOC) for Environmental Compliance and Hazardous Material-Waste Management Support Services across Germany, Belgium, and the Netherlands. The procurement aims to ensure compliance with U.S. and host nation environmental regulations, providing comprehensive support in areas such as environmental compliance, hazardous materials management, and waste management, which are critical for maintaining operational readiness and safeguarding environmental resources. The contract will have a maximum capacity of $40 million and a five-year ordering period, with a Request for Proposal (RFP) anticipated to be issued around March 2025. Interested vendors must submit their capabilities statements by 11:00 AM Central European Time on February 24, 2025, to Eman Wali and Ryan Fernandez via email.
    Prototype Project Opportunity Notice (PPON) for Precision Grenadier System (PGS) Technology Demonstration
    Buyer not available
    The Department of Defense, specifically the U.S. Army, has issued a Prototype Project Opportunity Notice (PPON) for the development of the Precision Grenadier System (PGS) technology demonstration. This initiative aims to address capability gaps in Soldier Lethality by enhancing precision engagement capabilities against targets in defilade positions while minimizing collateral damage. The PGS is crucial for modernizing combat systems and improving operational effectiveness across various environments. Interested contractors, particularly nontraditional defense contractors and small businesses, are invited to submit white papers by March 13, 2025, detailing innovative concepts related to the PGS. For further inquiries, interested parties can contact Corey W. Woodson at corey.w.woodson.civ@army.mil or Katie J. Lyons at katie.j.lyons.civ@army.mil.
    IDIQ Solid Waste Disposal Home Mountain Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide solid waste pickup and disposal services for the Mountain Home Project Office in Arkansas. The contractor will be responsible for delivering all necessary personnel, equipment, and supplies to perform these services, adhering to the performance standards outlined in the contract. This procurement is crucial for maintaining cleanliness and environmental standards at the project site, ensuring efficient waste management operations. Interested small businesses must submit their quotes by March 4, 2025, with the contract spanning five years, including a base period and four optional renewal years. For further inquiries, potential bidders can contact Jason Graefen at jason.r.graefen@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil.