120mm Mortar Shell Bodies
ID: W15QKN-25-R-0040Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

AMMUNITION, 75MM THROUGH 125MM (1315)
Timeline
    Description

    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is seeking proposals for the production of 120mm Mortar Shell Bodies under a draft Request for Proposal (RFP) W15QKN-25-R-0040. The objective is to manufacture and deliver various types of mortar shell bodies, including the M929 White Phosphorous Smoke, M930 Visible Light Illuminating, and M933A1 High Explosive shells, which are critical for military operations and artillery support. This procurement is part of a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum guarantee of $6 million and a maximum total value of approximately $334 million, emphasizing compliance with stringent quality control standards. Interested contractors from the National Technology and Industrial Base (NTIB) are encouraged to contact Jeremy P. Contreras or Kaley Casagrande for further details, with the RFP expected to be issued around June 6, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Quality Assurance (QA) requirements for government contract procurement, emphasizing inspections, acceptance, and mechanisms for managing nonconforming materials. The Government Quality Assurance Representative (QAR) conducts inspections at the contractor's facility, while acceptance occurs at the contractor's plant. It differentiates between rework (complete conformance to standards) and repair (partial compliance) of nonconforming items, detailing the documentation process for both procedures. A post-award conference must occur to clarify contract terms within 60 days of award, reinforced by a robust Measurement System Evaluation (MSE). The contractor is responsible for ensuring Non-Destructive Testing (NDT) personnel qualification, adherence to inspection standards, and developing Critical Characteristics Control (CCC) plans to mitigate nonconformance risks. The document also specifies processes for First Article Testing (FAT), detailing inspections and destructive testing protocols. The contractor must ensure process capability and compliance with MIL-STD-1916, facilitating an effective Quality Management System compliant with ISO standards. The summary reflects the federal focus on stringent quality management in defense-related procurement activities to ensure safety and reliability of materials and processes.
    The document outlines the solicitation number W15QKN-25-R-0040 related to the procurement of various munitions, including 120mm High Explosive (HE), Frangible Projectile (FRPC), Smoke (SMK), and Illumination (Illum) cartridges across multiple ordering periods. It features a Price Matrix that requires offerors to provide proposed full fixed-price unit prices based on varying quantities for each type of cartridge. Additionally, it includes instructions on whether the offer is predicated on government property usage, necessitating the completion of specific columns related to proposed unit prices and potential rental values of government property. The document emphasizes the use of a power curve pricing method for calculating unit prices based on ordering quantities, with variations across five ordering periods. Each production line item has designated quantities and pricing tiers, underlining the structured nature of the solicitation process. The overall purpose is to solicit competitive proposals for the procurement of munitions, ensuring the government receives cost-effective offers in line with federal procurement guidelines.
    The document outlines a Non-Disclosure and Non-Use Agreement between a recipient organization and the U.S. Army Contracting Command-New Jersey (ACC-NJ) regarding the solicitation W15QKN-25-R-0040 for technical data on 60/81mm Mortar Shell Bodies. The agreement stipulates that the recipient may only use the provided data for the specified solicitation and must keep it confidential, prohibiting disclosure to third parties. It also emphasizes that any improvements made by the recipient to the data remain the property of the U.S. Government, which retains ownership of all data provided. Additional stipulations include adherence to U.S. Export Laws, the obligation to return all data upon request, and a prohibition on reverse engineering any physical items received for evaluation. The document stresses that no license is granted and disclaims any warranties regarding the safety or suitability of the data, requiring the recipient to indemnify the U.S. Government against claims resulting from the use of the data. The overall purpose of the document is to ensure the protection and appropriate use of sensitive technical information related to military munitions, reinforcing the need for confidentiality and compliance with U.S. law in government procurement processes.
    The FCDDAC Form 1350 is a Technical Data Request Questionnaire connected to Solicitation W15QKN-25-R-0040. It is designed for prospective requesters to describe in detail the technical data they seek, ensuring compliance with Department of Defense (DoD) directives. The form includes sections for requester identification, proof of legitimate business interest, and details on citizenship status. Additionally, it outlines the obligations regarding data handling and potential export controls under the Arms Export Control Act and ITAR. Requesters must understand that any received documents with restrictive legends should be returned unutilized, and registration with the Department of State is required if relevant. The form concludes with a certification clause for accuracy and agreement to the terms laid out. This document structures the request process for technical data, highlighting the importance of compliance and the sharing of sensitive information in government contracts and grants.
    The DD Form 2345 serves as the Militarily Critical Technical Data Agreement for entities seeking certification through the Joint Certification Program (JCP), applicable to both U.S. and Canadian contractors. It requires submission details such as the entity's name, address, and CAGE code, along with the identification of primary and alternate data custodians responsible for managing access to sensitive technical data. The form affirms that the submitting entity complies with U.S. and Canadian export control laws, pledging not to distribute military critical technical data outside authorized personnel. It further requires disclosure of the entity's business activities, including whether they hold necessary registrations or export control licenses. The authorized representative must certify the submitted information's accuracy, understanding the legal implications of false statements. Once approved, the form generates a certification number that validates the entity's eligibility for accessing militarily critical technical information, contingent upon adherence to the stated conditions. This document is vital for contractors engaging in defense-related projects, ensuring they meet regulatory compliance for both nations while facilitating the secure exchange of sensitive data.
    The document is a Certificate of Destruction certifying that all technical data provided by the U.S. Government under Solicitation W15QKN-25-R-0040 has been completely destroyed by the undersigned, with no copies retained in any form. The certificate includes spaces for the authorized signature, company name, and address of the issuing entity, as well as a section for listing any subcontractors or vendors that received copies of the technical data. This verification process is essential for maintaining compliance with government regulations surrounding sensitive information, particularly within the context of federal RFPs (Requests for Proposals) and grants. The document ensures accountability and security, confirming that proprietary or confidential data is appropriately disposed of in accordance with federal guidelines.
    The document outlines the clearance process for the public release of technical information related to projects sponsored by the Picatinny Arsenal. It involves the authorization from various levels of review, including technical accuracy, security, and competition-sensitive content to ensure that no sensitive or classified information is disclosed. The initiator, whether a Picatinny-based individual or a contractor, is responsible for starting the clearance procedure by securing the necessary approvals and tracking the material through the review process. Once approved, the material is sent to the Public Affairs Office for distribution. The purpose of this procedure is to maintain compliance with Department of Defense policies and ensure proper dissemination of publicly releasable content. The document specifies the recommended distribution categories for approved materials, which vary based on the sensitivity of the information. This clearance protocol is crucial for managing the release of government-related technical information within the context of federal contracts and grants, aligning with broader objectives of maintaining national security and proper public information channels.
    The Disclosure of Lobbying Activities form is designed to comply with 31 U.S.C. 1352, requiring entities to disclose any lobbying activities related to federal actions such as contracts, grants, or loans. The form collects information including the type and status of the federal action, details about the reporting entity, and any lobbying registrants involved in influencing decisions related to the federal action. Key sections of the form include the identification of the federal department/agency, program name, and any federal identifiers relevant to the action. The form must be completed at the initiation of a covered federal action or when there are material changes to previous filings. It emphasizes the requirement for public disclosure and sets forth penalties for failure to comply. The purpose of this form is to promote transparency in government dealings and ensure accountability in lobbying efforts associated with federal funds, thereby enhancing integrity within the federal procurement process.
    The Department of the Army, through the U.S. Army Contracting Command - New Jersey, is conducting a competitive source selection to evaluate Offerors for Request for Proposal (RFP) W15QKN-254-R-004004. The evaluation process requires Offerors to provide information regarding their past performance on relevant federal and local government contracts, particularly in relation to NAICS 332993. A Performance Assessment Questionnaire has been distributed for this purpose, seeking candid assessments from designated points of contact. Responses will focus on compliance with specifications, project management efficacy, timeliness of performance, and commitment to customer satisfaction, with ratings ranging from "Substantial Confidence" to "No Confidence." The completed questionnaire must be submitted to the Contracting Officer and Contract Specialist within 15 days. This assessment is crucial for informed decision-making in contract awards, underscoring the importance of factual and comprehensive feedback regarding Offerors' past performance to guide future contracts.
    The U.S. Army Contracting Command - New Jersey seeks proposals for a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to manufacture 120mm Mortar Shell Bodies. This procurement supports military operations involving diverse artillery types, including High Explosive and Smoke Cartridge Shells. The contract stipulates a minimum guarantee of $6 million and a maximum total value of approximately $334 million, emphasizing Fair Market Competition. Offerors from the National Technology and Industrial Base (NTIB), which includes the U.S. and five allied nations, will be considered. The solicitation includes stringent quality control and technical specifications to ensure compliance with established military standards. Proposals must align with the provided Technical Data Packages (TDPs), which require prior approval for access due to export restrictions. The contractor is responsible for all necessary resources to fulfill contract obligations, such as labor, materials, and delivery logistics. The document outlines essential components and standards, emphasizing that production adheres to detailed guidelines, including inspection and audit protocols to maintain quality throughout the contract's lifecycle. This contract reflects the U.S. government's commitment to maintaining a domestic defense manufacturing capability while ensuring compliance with legal and regulatory frameworks.
    Lifecycle
    Title
    Type
    120mm Mortar Shell Bodies
    Currently viewing
    Special Notice
    Similar Opportunities
    155mm M795 LAP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking procurement for the 155mm M795 Projectile Load, Assemble, and Pack (LAP). This opportunity involves a redacted justification and approval related to contracts W519TC23D0014 and W519TC23D0015, indicating the importance of these munitions in military operations. The primary contact for this opportunity is Beau Bixler, who can be reached at beau.j.bixler.civ@army.mil or by phone at 309-782-5037 for further inquiries.
    Solicitation for Second Source Supplier to Produce 5.56mm, 7.62mm, and Caliber .50 Ammunition
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a second source supplier to produce 5.56mm, 7.62mm, and caliber .50 ammunition under solicitation W519TC-25-R-0034. This procurement aims to ensure a reliable supply of small arms ammunition, which is critical for military operations and readiness. The proposal submission deadline has been extended to February 17, 2026, and interested parties are encouraged to submit questions or comments using the provided Comment/Question and Answer Template by December 12, 2025. For further inquiries, potential bidders can contact Mark Stevens at mark.d.stevens.civ@army.mil or Alex Sheppard at alex.r.sheppard.civ@army.mil.
    Manufacture of M776 155mm Cannon Tubes
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Picatinny Arsenal, is conducting a market survey to identify potential sources for the domestic manufacture of M776 155mm cannon tubes. The objective is to gather information on the capabilities of vendors to produce these cannon tubes, which are critical components of the 155mm M777A2 Towed Howitzer, adhering to U.S. Technical Data specifications. Interested vendors are required to provide detailed information regarding their manufacturing experience, production processes, capacity, and capabilities related to the production of 155mm cannon tubes. Responses must be submitted within 30 days via email to Megan Ross at megan.j.ross.civ@army.mil or Peter Snedeker at peter.t.snedeker.civ@army.mil, and all interested parties must be registered in the System for Award Management (SAM).
    Procurement of High Mobility Artillery Rocket System (HIMARS) Launchers for Full-Rate Production (FRP) Years 18-19
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Redstone, is conducting market research through a Request for Information (RFI) to identify potential suppliers for the procurement of M142 High Mobility Artillery Rocket System (HIMARS) launchers for Full-Rate Production (FRP) for fiscal years 2027 and 2028. The procurement aims to support the Strategic and Operational Rockets and Missiles Project Office, requiring interested parties to provide white papers detailing their capabilities, past experience, and technical approaches to producing HIMARS launchers, with a focus on efficient and cost-effective execution. The HIMARS system is critical for tactical forces, enabling rapid and precise engagement of targets, and the total production quantities sought range from a minimum of 48 to a maximum of 192 units over the specified fiscal years. Responses to the RFI are due by December 20, 2025, and interested parties should direct inquiries and submissions to Tameka A. Parker at tameka.a.parker2.civ@mail.mil.
    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.
    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.
    MK22 Motor Tubes Solicitation N0017426R0002
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the MK22 Motor Tubes under solicitation number N0017426R0002. This procurement involves a Firm Fixed Price (FFP) supply contract on an indefinite delivery indefinite quantity (IDIQ) basis to manufacture motor tubes for MK 22 Rocket Motors, with a total small business set-aside and an anticipated performance period from April 5, 2026, to April 5, 2031. The contract requires adherence to specific military standards, including First Article Testing (FAT), hydrostatic tests, and compliance with ISO 9001:2015 quality systems, along with cybersecurity requirements under CMMC Level I. Interested contractors should contact Diane Hicks at diane.d.hicks.civ@us.navy.mil or call 301-744-6648 for further details, and proposals must be submitted by the specified deadline outlined in the solicitation documents.
    Life Cycle Sustainment (LCS) for the M777A2 Medium Towed Howitzer REDACTED D&F
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Life Cycle Sustainment (LCS) of the M777A2 Medium Towed Howitzer. This procurement aims to ensure the operational readiness and longevity of the howitzer, which is a critical asset in the U.S. Army's artillery capabilities. The opportunity is categorized under miscellaneous weapons, reflecting the importance of maintaining and supporting advanced military equipment. Interested parties can reach out to Michael J. Gomez at michael.j.gomez50.civ@mail.mil or Kristina Catalano at kristina.l.catalano.civ@army.mil for further details regarding the contract specifics and requirements.
    Self-Propelled Howitzer Systems (SPHS) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Self-Propelled Howitzer Systems (SPHS) through a Commercial Solutions Opening (CSO) aimed at acquiring innovative commercial items, technologies, or services. The objective is to enhance the development, integration, demonstration, and sustainment of capabilities for the M109A7/M992A3 systems, which play a crucial role in providing indirect fire support to combat units. This initiative is part of a broader strategy to maintain the U.S. military's decisive advantage on the battlefield, ensuring operational outcomes such as improved mobility, supportability, and vehicle survivability. Interested parties should submit their proposals in accordance with the outlined phases and requirements, with the next response deadline set for October 22, 2025. For further inquiries, contact Jeffrey Budd at jeffrey.t.budd6.civ@army.mil or Elise Wong at elise.c.wong.civ@army.mil.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.