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
  1. 1
    Posted Feb 11, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Contracting Command, is issuing a Request for Proposal (RFP) W519TC-25-R-0003 for the demilitarization and disposal of explosive materials, including 5-inch, 6-inch, and 8-inch projectiles, as well as bulk materials containing Explosive D or Composition A-3. This procurement is exclusively designated for Gradient Technologies, authorized under federal regulations, and aims to ensure the safe and compliant disposal of military-grade munitions, which is critical for national security and environmental stewardship. Proposals are due by April 11, 2025, at 3:00 PM CST, and interested parties should direct inquiries 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 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.
Mar 26, 2025, 10:04 PM UTC
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.
Mar 26, 2025, 10:04 PM UTC
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.
Mar 26, 2025, 10:04 PM UTC
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.
Mar 26, 2025, 10:04 PM UTC
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.
Mar 26, 2025, 10:04 PM UTC
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.
Mar 26, 2025, 10:04 PM UTC
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.
Mar 26, 2025, 10:04 PM UTC
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.
Mar 18, 2025, 8:07 PM UTC
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.
Mar 26, 2025, 10:04 PM UTC
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.
Mar 26, 2025, 10:04 PM UTC
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.
Mar 26, 2025, 10:04 PM UTC
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
Shaped Charges - M2A1 15lb & M3A1 40lb
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command - Rock Island, is seeking sources for the procurement of 15 lb and 40 lb Shaped Demolition Charges for Fiscal Year 2025 and beyond. The charges are designed for penetrating various materials, including concrete and masonry, with the M2A4 capable of penetrating to a depth of approximately 3 feet and the M3A1 reaching about 5 feet. This procurement emphasizes the need for specialized manufacturing skills and facilities, particularly for melt pour loading processes, and requires interested vendors to demonstrate their capabilities, including First Article Acceptance and Lot Acceptance testing. Interested parties must submit their responses by April 7, 2025, to the designated contacts, Megan Kirby and David Shaffer, and ensure they are registered in the System for Award Management (SAM).
Propelling Charge Support - 60mm, 81mm, 120mm - Solicitation
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting proposals for Propelling Charge Support for 60mm, 81mm, and 120mm artillery programs under Solicitation W519TC-25-R-2008. This procurement aims to secure a single Firm Fixed Price (FFP) contract, exclusively set aside for small businesses, with an evaluation based on the lowest price technically acceptable offers. The goods are critical for military operations, ensuring the effective performance of artillery systems, and compliance with stringent technical specifications and delivery schedules is required. Interested vendors must submit their proposals electronically by April 11, 2025, at 10:00 AM CST, and should contact Riley DeBrock or Bethany Carbajal for further information.
Trinitrotoluene (TNT) and Plastic-Bonded Explosive N-9 (PBXN-9) Supplementary Charges
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the procurement of Trinitrotoluene (TNT) and Plastic-Bonded Explosive N-9 (PBXN-9) Supplementary Charges under solicitation W519TC-25-R-0006. This procurement aims to secure explosive materials essential for military applications, with a focus on compliance with stringent quality and safety standards. The contract will utilize a Lowest Priced Technically Acceptable (LPTA) evaluation method and includes five one-year ordering periods, with a submission deadline extended to April 7, 2025. Interested contractors should direct inquiries to Anna E. Whitcomb at anna.e.whitcomb2.civ@army.mil or Nate Gillette at nathaniel.a.gillette.civ@army.mil for further details.
RFTP 33-4052 M/DCOS SCRAP RESIDUE SALE, LETTERKENNY, PA REQUEST FOR TECHNICAL PROPOSAL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting technical proposals for the sale of metallic and non-metallic scrap property resulting from demilitarization and mutilation activities at Letterkenny, Pennsylvania. Contractors must demonstrate their capability to manage the necessary operations, including the safe removal of hazardous materials, transportation, and compliance with environmental regulations, with a minimum processing capacity of 1,000,000 pounds of materials monthly. This opportunity is crucial for ensuring responsible disposal of government property while adhering to safety and regulatory standards. Interested parties should submit their proposals by April 8, 2025, and direct any questions to Brian Kemp at BRIAN.KEMP@DLA.MIL or Nam Nguyen at nam.nguyen@dla.mil.
Demolition, Charge, Block 1/4 lb TNT, 1/2 lb TNT, and 1 lb TNT.
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of demolition charge blocks of TNT in 1/4 lb, 1/2 lb, and 1 lb configurations under solicitation W519TC-25-R-0013. This opportunity is set aside for small businesses and will result in a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a guaranteed minimum order value of $950,000. The TNT blocks are critical for military applications, necessitating compliance with stringent safety and quality standards, including First Article Testing and adherence to Performance Oriented Packaging requirements. Interested contractors must submit their proposals, including pricing in a specified Price Matrix, by the deadline, and can direct inquiries to Megan Kirby at megan.m.kirby.civ@army.mil or Mackenzie Helgerson at mackenzie.a.helgerson.civ@army.mil.
40mm Grenade Ammunition - Medium Caliber - Non-Recurring Engineering (NRE)
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command-New Jersey, is preparing to issue a request for proposal (RFP) for the procurement of 40mm grenade ammunition, focusing on non-recurring engineering (NRE) efforts. This initiative aims to enhance the lethality and accuracy of both legacy and future 40mm grenade ammunition while improving production capabilities and munitions life cycle management. The selected contractor will be responsible for the fabrication, assembly, evaluation, and delivery of various medium caliber programs over a five-year period under a Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Interested parties should note that the RFP is anticipated to be released around April 14, 2025, and can reach out to primary contact Mariah L. Hanko at mariah.l.hanko.civ@army.mil or secondary contact David E. Schutzer at david.e.schutzer.civ@army.mil for further inquiries.
25R10 Sasebo Hazardous Waste Removal and Disposal
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the removal and disposal of hazardous waste in Sasebo, Japan, under solicitation SP450025R0010. The contract requires the selected contractor to manage the removal, transportation, storage, and disposal of hazardous materials generated by U.S. military installations, adhering to both U.S. and Japanese environmental regulations. This initiative is crucial for ensuring safe waste management practices and compliance with health and safety standards in military operations. Proposals are due by April 14, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Denna Crandall at Denna.Crandall@dla.mil or Kayla DesVoignes at kayla.desvoignes@dla.mil.
Artillery (PA-55 and PA-71/A) and Mortar (PA162, PA167 and PA175) Fiber Containers
Buyer not available
The Department of Defense, through the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the procurement of artillery and mortar fiber containers, specifically models PA-55, PA-71/A, PA-162, PA-167, and PA-175. The government intends to award up to two firm fixed-price indefinite delivery indefinite quantity contracts, with a total estimated value not exceeding $34,292,003.98, across five ordering periods of twelve months each. These fiber containers are critical for the safe storage and transportation of ammunition, adhering to stringent military standards for quality and compliance. Interested offerors must submit their proposals by April 8, 2025, and can direct inquiries to Chelsey Love at chelsey.m.love.civ@army.mil or Alex Sheppard at alex.r.sheppard.civ@army.mil.
Sources Sought for Trinitrotoluene (TNT) Production and Delivery
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking capable sources for the production and delivery of Trinitrotoluene (TNT) to meet its requirements for Fiscal Years 2027 to 2031. The anticipated production volume is between 1,000,000 and 8,000,000 pounds of TNT annually, which is critical for various munitions supporting Department of Defense operations. Interested companies must demonstrate their capabilities, including compliance with military specifications for TNT production and packaging, and provide detailed information about their facilities, personnel, and production processes. Responses are due by April 15, 2025, and should be sent to both Jennifer A. Darby and Bridget Kramer via email, with the subject line referencing the sources sought notice for TNT W519TC-25-S-TNT1.
Waste Closure Assembly
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is soliciting proposals for the procurement of 13 Waste Closure Assemblies under solicitation W912CH-25-Q-0009. This firm-fixed-price contract requires compliance with military packaging standards and mandates First Article Testing, with all items to be delivered free on board (FOB) to Texarkana, Texas. The procurement is critical for supporting defense operations, and interested contractors must be registered in the System for Award Management (SAM) and possess a current DD 2345 certification to access the restricted Technical Data Package. Proposals are due by April 14, 2025, at 4:00 PM local time in Warren, MI, and should be submitted electronically. For further inquiries, potential bidders can contact Danielle Campbell at danielle.r.campbell9.civ@army.mil.