Propelling Charge Support - 60mm, 81mm, 120mm - Solicitation
ID: W519TC-25-R-2008Type: Solicitation
Overview

Buyer

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

NAICS

Explosives Manufacturing (325920)

PSC

AMMUNITION AND NUCLEAR ORDNANCE BOXES, PACKAGES AND SPECIAL CONTAINERS (8140)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of Propelling Charge Support for 60mm, 81mm, and 120mm artillery programs under Solicitation W519TC-25-R-2008. This opportunity is specifically set aside for small businesses and involves a Firm Fixed Price (FFP) contract with a 100% option quantity, emphasizing the need for adherence to technical specifications and quality assurance protocols. The propelling charge supports are critical components for military munitions, ensuring operational effectiveness and safety. Interested vendors must submit their proposals electronically by April 17, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Riley DeBrock at riley.j.debrock.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 2:05 PM UTC
This document outlines the submission requirements for a Request for Proposal (RFP) concerning the manufacturing of Propelling Charges. Proposals must consist of two volumes: Volume I, the Technical Proposal, limited to 40 pages, and Volume II, the Price Proposal, with no page limit. The Technical Proposal must address four subfactors: Experience, Manufacturing Plan, Quality Control/Assurance Plan, and Delivery Schedule Plan, detailing the offeror's qualifications, manufacturing processes, quality assurance measures, and logistical timelines. The Price Proposal should present total evaluated prices for each Contract Line Item and clarify any pricing inconsistencies. Proposals must be submitted electronically, and failure to comply with submission guidelines may result in rejection. Additionally, the document specifies a protest process for any complaints regarding the procurement, encouraging resolution through the responsible Contracting Officer or through the AMC-Level Protest Program. This RFP represents a thorough approach to ensure comprehensive evaluation of potential offerors' capabilities to meet government specifications for manufacturing.
Apr 16, 2025, 2:05 PM UTC
The document outlines the evaluation factors for awarding a government contract for manufacturing propelling charges. It specifies that a single contract will be awarded based on proposals evaluated by a Technical Evaluation Team against established criteria, focusing on four sub-factors: Experience, Manufacturing Plan, Quality Control/Assurance Plan, and Delivery Schedule. Offers must be technically acceptable to proceed to price evaluation, which will consider the total evaluated price (TEP) for specific contract line items. The government may reject proposals lacking complete price submissions or those deemed unreasonably priced. The document emphasizes the requirement for offerors to present their best terms upfront, with a potential for discussions only if deemed necessary. Overall, the aim is to ensure that the selected offer meets all solicitation requirements and delivers a fair and reasonable price for the government. This structure ensures that technical acceptability precedes price consideration, safeguarding the quality of awarded contracts.
Apr 16, 2025, 2:05 PM UTC
The document addresses questions and answers related to the solicitation W519TC-25-R-2008 for the Propelling Charge Support Assembly. It confirms amendments to delivery timelines in response to vendors' requests to ensure feasibility and competitive bidding. Specifically, the delivery timeline for the FAT (First Article Test) samples has been extended from 45 days to 90 days after receipt of order (ARO). Furthermore, the production quantity delivery date is revised from 30 days after the first article test approval (AFATA) to 60 days AFATA, with subsequent deliveries required every 30 days thereafter. Additionally, the proposal submission deadline has been changed from March 31 to April 2, 2025, aligning all references within the solicitation documents. These adjustments reflect the government's responsiveness to feedback from potential bidders in the procurement process.
Apr 16, 2025, 2:05 PM UTC
The document is an amendment to solicitation W519TC25R2008 from the Army Contracting Command, specifically extending the closing date for receipt of offers. Originally set for 02-Apr-2025 at 11:00 AM, the new deadline is now 11-Apr-2025 at 10:00 AM Central Time. It emphasizes the requirement for contractors to acknowledge receipt of the amendment in their offers, detailing how to do so properly to avoid rejection. The purpose of this amendment is solely to extend the solicitation deadline, with all other terms and conditions remaining unchanged. The document provides contact information for the point of contact, Mr. Riley DeBrock, and Ms. Bethany Carbajal, ensuring clarity in communication related to this amendment. Overall, this communication maintains the procedural aspects of government contracts while ensuring compliance with regulatory requirements for solicitations.
Apr 16, 2025, 2:05 PM UTC
The document details an amendment to Solicitation W519TC25R2008 issued by the Army Contracting Command for Propelling Charge Support for various munitions. The key amendments include changes to the submission deadlines for proposals and revisions to delivery requirements for First Article Testing (FAT) and production quantities, extending the submission deadline from March 31, 2025, to April 2, 2025, at 11:00 AM CST. The FAT delivery requirement has been increased from 45 days to 90 days after contract award, while the production delivery period has been extended from 30 days to 60 days post-FAT approval. The solicitation, which is a 100% Small Business Set-Aside, is described as a Firm Fixed Price contract, evaluating the lowest price technically acceptable offers. The document also emphasizes the need for adherence to technical specifications and requirements, including various drawings and quality assurance protocols. Lastly, it outlines submission process directives, ensuring that all vendor proposals are fully compliant and registered with the System for Award Management (SAM). The amendments are categorized to maintain clarity and structure while ensuring compliance with federal acquisition regulations.
Apr 16, 2025, 2:05 PM UTC
This document is an amendment to solicitation W519TC25R2008, issued by the Army Contracting Command in Rock Island, Illinois. The primary purpose of this amendment is to extend the closing date for offers from April 11, 2025, at 10:00 AM CT to April 17, 2025, at 10:00 AM CT. The amendment outlines that all other terms and conditions of the original solicitation remain unchanged. Contractors are instructed to acknowledge receipt of this amendment using specified methods or risk rejection of their offers. The document includes contact information for inquiries, specifically mentioning Mr. Riley DeBrock and Ms. Bethany Carbajal. This amendment reflects standard procedures in federal contracting to ensure adequate time for potential contractors to prepare their submissions, thereby increasing participation and competition.
Apr 16, 2025, 2:05 PM UTC
The Army Contracting Command - Rock Island is issuing Solicitation W519TC-25-R-2008 for the procurement of propelling charge supports for the U.S. military's 60mm, 81mm, and 120mm artillery programs. The solicitation involves a Firm Fixed Price (FFP) contract with a 100% option quantity, aimed at small businesses under the NAICS code for explosives manufacturing. Key contract line items include specified quantities for each type of support and first article testing (FAT) requirements. Amendments have extended the proposal submission deadlines to 05 May 2025. The procurement process follows Federal Acquisition Regulation guidelines, prioritizing the lowest price technically acceptable bids without discussions. Important delivery terms stipulate inspection and acceptance at the destination with various clauses incorporated regarding pricing, quality assurance, and compliance with government regulations surrounding sensitive materials. The document outlines the responsibilities for accurate proposal submissions, registration requirements in SAM.gov for eligibility, and guidelines for accessing restricted technical data associated with the proposals. The overall goal is to ensure a reliable source of propelling charge supports while adhering to strict regulatory and safety standards.
Apr 16, 2025, 2:05 PM UTC
The Army Contracting Command - Rock Island (ACC-RI) issues Solicitation W519TC-25-R-2008 for the procurement of Propelling Charge Support for various artillery programs (60mm, 81mm, 120mm). This solicitation seeks a single Firm Fixed Price (FFP) contract, with an evaluation based on the lowest price technically acceptable offer. The requirement is set aside exclusively for small businesses under the NAICS 325920 classification. Items to be procured include specified quantities of propelling charge support alongside First Article Testing (FAT) for each type, with stringent delivery schedules and compliance requirements outlined. Technical specifications and guidelines are detailed, including the provision of lot acceptance test reports and certificates of conformance with each shipment. The solicitation requires electronic proposal submissions and mandates that contractors must be registered in the System for Award Management (SAM). Delivery is to be made to Pine Bluff Arsenal, with specific instructions for carrier shipments and inspection processes. The document emphasizes compliance with federal regulations concerning technical data distribution, underscoring the security aspects related to the materials involved. This solicitation represents a critical component of defense procurement and illustrates the government's strategy in sourcing essential materials from small business entities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Demolition, Charge, Block 1/4 lb TNT, 1/2 lb TNT, and 1 lb TNT.
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of demolition charges, specifically 1/4 lb, 1/2 lb, and 1 lb TNT blocks, 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 of $950,000, emphasizing the importance of compliance with safety and quality standards in the handling of hazardous materials. The procurement process will evaluate proposals based on the Lowest Price Technically Acceptable criteria, and interested parties must submit their bids along with required documentation by the specified deadlines. For further inquiries, potential offerors can contact Megan Kirby at megan.m.kirby.civ@army.mil or Mackenzie Helgerson at mackenzie.a.helgerson.civ@army.mil.
60mm (M27), 81mm (M24 and M28), 120mm (M31) Mortar Tail Fins
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command-New Jersey, is soliciting proposals for the manufacture, testing, packaging, and delivery of Mortar Tail Fins for 60mm (M27), 81mm (M24 and M28), and 120mm (M31) mortar cartridges. The procurement aims to secure components critical for various mortar cartridge programs, including High Explosive, Training, Smoke, and Illumination variants, ensuring operational readiness for military applications. Interested small businesses are encouraged to submit proposals by the extended deadline of May 12, 2025, at 2:00 PM Eastern Daylight Time, with a minimum guarantee of $2,093,689.62 for each awardee. For further inquiries, potential bidders can contact Michael Kline at michael.j.kline56.civ@army.mil or Aja Barnett at aja.m.barnett2.civ@army.mil.
W519TC-25-Q-POWD Black Powder
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking quotes for the procurement of Black Powder Class 3 and Class 6, in accordance with MIL-DTL-223D specifications. This solicitation aims to secure reliable suppliers for military-grade black powder, which is critical for various military applications, including igniters for rockets and artillery primers. Interested contractors must submit their proposals by April 23, 2025, with a firm-fixed-price model, and ensure compliance with all outlined requirements, including providing a 5-pound sample for First Article Testing and adhering to strict quality assurance protocols. For further inquiries, potential offerors can contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
Solicitation_Mortar Mount
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a firm-fixed-price contract for the procurement of Mortar Mounts, identified by NSN 1015-01-561-6067 and Part No. 13015600. This opportunity is set aside exclusively for small businesses and requires compliance with military packaging standards, including special packaging instructions. The procurement is critical for supporting military operations, ensuring that the necessary equipment is available for effective defense capabilities. Interested contractors must submit their proposals electronically by May 27, 2025, and can direct inquiries to Contract Specialist Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil.
Solicitation - Support, Barrel NSN: 1005-01-530-8726
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is seeking proposals for the procurement of 108 Support Barrel units, identified by National Stock Number (NSN) 1005-01-530-8726, with an option for an additional 108 units. This solicitation is aimed at acquiring these critical components for small arms and ordnance manufacturing, which play a vital role in enhancing military capabilities. Interested contractors must comply with specific requirements, including obtaining access to an Export Controlled Technical Data Package (TDP) and submitting proposals electronically by the designated deadline. For inquiries, interested parties can contact Ashley Young at ashley.a.young2.civ@army.mil, and they are advised to monitor SAM.gov for any amendments to the solicitation.
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 seeking 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 and specifications. Interested contractors must submit their proposals by 3:00 PM Central Time on April 29, 2025, and are encouraged to direct inquiries to Chelsey Love or Alex Sheppard via their provided email addresses.
M1128 Base Bleed
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-New Jersey, is conducting a market survey to identify potential sources capable of manufacturing base bleed propellant grains for the M1128 HE Artillery projectile program. The objective is to assess the capabilities of interested parties to produce 5,000 to 10,000 base bleed grain assembly units per month, which are critical for extending the range of conventional artillery systems such as the M777A2 and M109A7. Interested vendors must demonstrate their production capabilities, provide a rough order of magnitude cost estimate, and confirm their ability to meet stringent storage and quality assurance requirements. Responses to this Sources Sought notice are due by April 22, 2025, and should be directed to the primary contact, Ms. Mary O'Connell, at mary.p.oconnell3.civ@army.mil.
Support, Structural Crossmember
Buyer not available
The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking qualified small businesses to provide a Support, Structural Crossmember for the M139 Mine Dispenser. This procurement aims to establish a Firm Fixed Price contract with a 100% option, requiring First Article Testing and access to a restricted Technical Data Package (TDP). The initiative is crucial for enhancing the operational capabilities of the M139 Mine Dispenser, and interested vendors are invited to complete a Sources Sought Attachment to demonstrate their manufacturing capabilities and relevant experience. Responses are due by May 2, 2025, and interested parties can contact Richard Hall at richard.g.hall64.civ@army.mil or Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil for further information.
CARTRIDGE,20 OUNCE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of a 20-ounce cartridge, under a total small business set-aside. The procurement aims to fulfill specific material and physical requirements as outlined in the solicitation, which is critical for the operation of guided missile launchers. Interested vendors must adhere to strict quality assurance and inspection protocols, with a delivery timeline of 90 days post-award. For further inquiries, potential bidders can contact Amanda Hayward at 717-605-5834 or via email at amanda.r.hayward.civ@us.navy.mil.
120mm Tank Training Ammunition - FY27-FY32
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command, is seeking sources for the production of 120mm Tank Training Ammunition, including M1002 and M865A1 cartridges, for fiscal years 2027 through 2032. The procurement aims to fulfill projected Army requirements with an anticipated production rate of 35,000 M1002 cartridges and up to 60,000 M865A1 cartridges annually, alongside refurbishment of existing containers. This ammunition is critical for training purposes within the Army, ensuring operational readiness and effectiveness. Interested firms must submit their capabilities and relevant documentation electronically within 30 days of this notice, and should contact David Buennig at david.w.buennig.civ@army.mil for submission instructions.