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 Army Contracting Command, is seeking proposals for the sole-source contract W519TC-25-R-0003, which involves the demilitarization and disposal of munitions containing Explosive D or Comp A-3, specifically 5-inch, 6-inch, and 8-inch projectiles, as well as bulk materials. The contract is exclusively awarded to Gradient Technologies, located in Elk River, Minnesota, under the authority of 10 U.S.C. 3204(a)(1) and FAR 6.302-1(a)(2)(ii)(A), emphasizing the critical nature of safely managing and disposing of military explosives to ensure national security and environmental compliance. Proposals are due by March 28, 2025, with a closing time of 3:00 PM CST, and all inquiries must be 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document titled "Price Matrix - Demi" outlines a price matrix for a government Request for Proposal (RFP) related to the provision of explosive materials. It includes details for several Contract Line Item Numbers (CLINs), specifying deliveries of 5-inch, 6-inch, and 8-inch explosive materials, as well as bulk material presented in pounds. Each line item is categorized as Firm Fixed Price (FFP) except for a cost-reimbursement CLIN with no fee or cost arrangements (CAAA). The matrix presents estimated quantities, with significant quantities noted for 5-inch (2202.00 lbs) and 8-inch (2.00 lbs) materials, alongside bulk material amounting to 3318.00 lbs. However, no unit or total prices are filled in for the fiscal year 2024. This document serves as a component of federal procurement procedures, illustrating standard practices in government contracting to ensure transparency and accountability in financial evaluations for supplier bids. The focus on price evaluation is critical for governmental budget planning and resource allocation and establishes a framework for future procurement decisions.
    The document presents a Price Matrix for a government Request for Proposal (RFP) related to various fittings and bulk material, specifically components associated with diameters of 5, 6, and 8 inches and bulk material by weight. It outlines the Contract Line Item Numbers (CLINs) and indicates that items 0001 through 0004 are firm-fixed price (FFP), while CLIN 0006 is a cost-reimbursable line item with no predefined fee. Notably, CLIN 0003 for the 8-inch item is marked as unpriced. The price matrix breaks down unit prices and total costs for various quantities: 2100 for 5-inch, 89 for 6-inch, and 3318 for bulk material in pounds. The document expects offerors to fill in their unit prices for evaluation. Overall, this matrix serves as a key component in the procurement process, helping to evaluate and compare bids based on specified quantities and pricing structures, ensuring transparency and compliance with government contracting protocols.
    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 document outlines an asset listing related to the procurement of explosive materials and projectiles, specifically focused on 5-inch, 6-inch, and 8-inch calibers, in connection with government requests for proposals (RFPs). It details various types of cartridges and projectiles, including their nomenclature, quantities, and weight specifications. Notable items include the 5-inch caliber cartridges and projectiles, such as the HE-PD MK64 and various dye-colored projectiles, as well as 6-inch and 8-inch caliber projectiles. Additionally, the document includes references to 'Explosive D' and highlights quantities and types of materials categorized under reclaimed explosives. The overall structure consists of a table format that presents an organized view of each item, its corresponding National Stock Number (NSN), and descriptions, thus facilitating inventory management and procurement processes. The insights derived from this asset list are expected to aid government entities in ensuring adequate supply chains and compliance with defense procurement protocols.
    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 document outlines specifications for various construction materials and processes required for the Pine Bluff Arsenal project. It encompasses multiple sections detailing stone backfill, selected materials, aggregate base courses, concrete, and riprap. Each section includes general descriptions, measurement and payment information, material specifications, and construction execution guidelines, adhering to Arkansas State Highway and Transportation Department standards. Key materials specified include hard, durable crushed stone for backfill, selected material classes such as Bottom Ash Blend and SM-2, and Class S concrete. Each component must be delivered to designated sites and end dumped neatly, with certified weight tickets and compliance certificates mandatory for all materials supplied. The contractor bears the costs for any necessary material testing. The purpose of this document is to provide clear guidelines for bidders responding to government RFPs, ensuring compliance with federal and state specifications. It illustrates the government's focus on material quality, adherence to standards, and the importance of precise documentation throughout the construction process to ensure project integrity and safety.
    Amendment 0001 to Request for Proposal (RFP) W519TC-25-R-0003 addresses the demilitarization and disposal of explosive materials. Key updates include the addition of a new Cost Reimbursable Contract Line Item Number (CLIN 0006) for CAAA support services, which encompasses receipt, storage, inventory, and waste handling tasks. The price evaluation spreadsheet has been updated to reflect this addition. Certain clauses relating to workplace equality and segregated facilities have been removed in accordance with Class Deviation 2025-O0003, while others were updated. The closing date for proposals remains 28 March 2025 at 3:00 PM CST despite a clerical error suggesting a different deadline. The Contracting Officer has changed from John Fury to Bridget Kramer. All other terms of the original RFP remain unchanged, and any questions regarding this amendment must be submitted by 19 March 2025. This summary highlights the essential amendments and serves to keep participants informed of changes that impact the bidding process for these government contracts.
    This document serves as Amendment 0002 to Request for Proposal (RFP) W519TC-25-R-0003, which concerns the demilitarization and disposal of materials containing Explosive D or Comp A-3. The primary purpose of the amendment is to extend the submission deadline for proposals to April 11, 2025, at 3:00 PM U.S. Central Time. All other details within the RFP, initially issued on February 11, 2025, remain unchanged. Furthermore, any discrepancies between the narratives in the amendment and other sections of the RFP will be resolved in favor of the latter. Questions regarding this amendment must be submitted no later than April 3, 2025, by 3:00 PM CST. This amendment aims to clarify submission requirements and ensure potential contractors are aware of deadlines and procedures. Thus, the document emphasizes adherence to established guidelines while facilitating engagement with contracting parties.
    This document serves as Amendment 0003 to Request for Proposal (RFP) W519TC-25-R-0003, which pertains to the demilitarization and disposal of explosive materials. The primary modification involves extending the closing date for proposal submissions to April 21, 2025, at 12:00 PM U.S. Central Time. Additionally, a specific clause regarding environmental compliance (FAR 52.223-19) has been removed due to the revocation of an Executive Order on sustainability. It is stated that all other conditions of the original RFP remain unchanged, and in case of any discrepancies within the RFP, other sections will take precedence. Prospective bidders are instructed to submit questions regarding this amendment by April 16, 2025. This amendment reflects standard updates within federal solicitations to ensure clarity and compliance with current regulations.
    The document outlines Amendment 0004 to Request for Proposal (RFP) W519TC-25-R-0003 for the demilitarization and disposal of specific munitions containing Explosive D or Comp A-3. Key updates include a revised list of assets to be demilitarized, dated 15 April 2025, organized into four Contract Line Item Number (CLIN) Groups—5-inch, 6-inch, 8-inch projectiles, and bulk material—where the 8-inch projectiles are included as unpriced items due to the uncertainty regarding their award under the contract. The amendment clarifies that other RFP details remain unchanged and directs contractors to submit any questions regarding this amendment by a specified deadline. It also discusses the invoicing structure for the unpriced 8-inch CLIN, detailing payment procedures based on project milestones. This amendment serves to update prospective bidders on essential terms and conditions while emphasizing the continuation of the overall solicitation framework for achieving compliance in demilitarization activities.
    This document is an amendment to the Request for Proposal (RFP) W519TC-25-R-0003, issued by the Army Contracting Command for the demilitarization and disposal of materials with Explosive D or Comp A-3. The amendment, numbered 0005, extends the RFP closing date to April 28, 2025, at 12:00 PM Central Time. It clarifies that all other details from the original RFP remain unchanged and instructs that any discrepancies within the RFP documentation should defer to other sections for precedence. Questions regarding the amendment must be submitted by April 18, 2025, at 3:00 PM CST. This document serves to update interested contractors about critical timelines and procedures related to the RFP, contributing to the effective management of the procurement process for hazardous material disposal. The content is presented in a structured format, clearly delineating sections for contractual information, government contacts, and procedural instructions.
    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
    1377-01-356-7841 SP02 1377-01-356-7842 SP03
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for explosive items under the solicitation titled '1377-01-356-7841 SP02 1377-01-356-7842 SP03'. This procurement is restricted to Rockwell Collins and involves items classified under the NAICS code 325920 for Explosives Manufacturing, with a focus on cartridge and propellant actuated devices and components. The items are critical for defense operations, necessitating a Safety Survey due to their explosive nature, and a limited drawing package is available for interested contractors. The solicitation close date has been extended to July 11, 2025, at 2:00 PM Eastern Time, and interested parties should acknowledge receipt of this amendment to ensure their offers are considered. For further inquiries, contractors can contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil.
    AUTONOMOUS DELIVERY OF PRECISION NEUTRALIZATION OF EXPLOSIVE HAZARDS
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Joint Program Executive Office Armament and Ammunition (JPEO A&A), is seeking innovative solutions for the autonomous delivery of precision neutralization of explosive hazards through Broad Agency Announcement (BAA) W15QKN-25-S-14XS. The objective is to develop scalable systems capable of autonomously neutralizing various explosive threats, including traditional mines and improvised explosive devices, while creating safe maneuver lanes of 4.5m x 150m under challenging conditions, both day and night. This initiative is crucial for enhancing the safety and effectiveness of Army maneuver forces by allowing them to operate from a standoff distance, thereby reducing risk to personnel. Interested parties must submit white papers by April 16, 2025, and full proposals by June 30, 2025, with anticipated awards of up to $2.5 million by August 31, 2025. For inquiries, contact Jacqueline M. Smith at jacqueline.m.smith95.civ@army.mil or MAJ Cameron Fulford for technical questions at cameron.w.fulford.mil@army.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.
    Southeast Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the Southeast Regional Hazardous Waste (HW) Incineration contract, which involves the removal, transportation, thermal treatment, and disposal of various regulated hazardous wastes from U.S. Department of War and U.S. Coast Guard installations across seven southeastern states. The contract will cover a range of waste types, including Resource Conservation and Recovery Act (RCRA) regulated materials, non-RCRA wastes, and Toxic Substance Control Act (TSCA) regulated wastes, emphasizing compliance with federal and state regulations throughout the waste management process. This indefinite delivery/indefinite quantity (IDIQ) contract is anticipated to have a 30-month base period from March 2026 to September 2028, with an option for an additional 30 months, and proposals are due by 12:00 PM EST on December 15, 2025. Interested parties should direct inquiries to Elizabeth Roberts at elizabeth.roberts@dla.mil or Raymond Empie at raymond.empie@dla.mil.
    M548 Metal Ammunition Containers Bridge Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a 12-month bridge contract for the production and delivery of approximately 9,000 M548 Metal Ammunition Containers, which are critical for packaging small and medium caliber ammunition used in both training and combat operations. This contract, valued at approximately $616,964.60, will be awarded to Conco, Inc. under the authority of 10 U.S.C. 3204(a)(1), as it is determined that only this vendor can meet the urgent delivery timelines required for November 2025, January 2026, and April 2026 without unacceptable delays. Interested parties can reach out to Angela D. Ray at angela.d.ray10.civ@army.mil or Angela L. Scriven at angela.l.scriven2.civ@army.mil for further information regarding this procurement opportunity.
    1420-01-365-184 CWBO
    Dept Of Defense
    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 under the title '1420-01-365-184 CWBO'. This opportunity is a competitive, 100 percent Small Business Set-aside, requiring bidders to provide a base quantity of 30 units, with an option for an additional 133.3 percent of the base quantity. The items sought are classified under the NAICS code 332993, focusing on ammunition manufacturing, and are critical for military operations involving guided missile components. Interested parties should note that paper copies of the solicitation will not be provided, and they must contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil for further details regarding the safety survey and explosive specifications.
    1377 - 1377-00-987-3603 M514 Impulse Cartridge MK 44 MOD 0
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of 2,514 units of the M514 Impulse Cartridge MK 44 MOD 0, classified under the NAICS code 325920 for Explosives Manufacturing. This procurement involves items that contain explosives, necessitating compliance with safety regulations, including a pre-award safety survey and adherence to DFARS 252.223-7002, which outlines safety precautions for ammunition and explosives. The solicitation will be available no earlier than the response date for this notice, and interested parties are encouraged to contact Alicia Wargo at alicia.l.wargo.civ@us.navy.mil or by phone at 771-229-0601 for further details. All responsible sources may submit an offer, and the government is open to considering commercial items that meet the requirements within 15 days of this notice.
    1377-00-193-8832; M363; Impulse Cartridge, MK 124 Mod 0
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of the Impulse Cartridge, MK 124 Mod 0, under contract number N00104-26-N-B015. This competitive opportunity involves the supply of explosive items, with specific requirements for safety surveys and detailed reporting as outlined in the Contract Data Requirements List (CDRL), which includes various data items such as acceptance test plans and failure analysis reports. The cartridges are critical components used in military applications, necessitating strict compliance with safety and quality standards. Interested vendors should contact Taytiana Quiero at taytiana.e.quiero.civ@us.navy.mil or call 771-229-0433 for further details, as paper copies of the solicitation will not be provided.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    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.