1158 E1 Ammunition Loading Machine
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Combat Capabilities Development Command – Armaments Center (DEVCOM-AC), Small Caliber Munitions Division, is soliciting proposals for an automated Ammunition Loading Machine. This opportunity, issued as a Combined Synopsis/Solicitation (RFP), seeks to award one Firm-Fixed-Price (FFP) purchase order for the purchase, delivery, and installation of a new machine at Picatinny Arsenal, NJ. Proposals are due by April 3, 2026.
Scope of Work
The requirement is for one (1) new Ammo-load Mark L Ammunition Loader, brand name or equivalent, manufactured in the USA. The machine must be capable of loading approximately 60 cartridges per minute, with tooling for 7.62mm X 51mm NATO ammunition. Key functions include sizing, mouth flare, primer check, multiple powder drops (with +/- 0.1 grain accuracy), bullet insert, bullet seating, crimp/OAL check, and eject. Technical specifications require conductive plastic in collators, a NEMA Class 2/Div 1 pressurized electrical panel, PLC control, variable speed drive, fiber optic sensors, grounding/bonding per MIL-HDK-419A, and UL certification.
Deliverables include a full set of bound hardcopy and electronic manuals, a minimum two-year warranty, installation services (contractor provides materials for power/air connection; USG personnel make final connections), up to 120 hours of training for Government personnel, and 400 hours of service technician support at Picatinny Arsenal. Compliance with MIL-STD-129R (marking for shipment/storage) and MIL-STD-1472H (human engineering) is also required.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) purchase order.
- Period of Performance: One (1) year for support, with delivery required no later than 10 months from contract award.
- Set-Aside: Full and Open Competition (No Set-Aside).
- NAICS Code: 332994 (Small Arms, Ordnance, and Ordnance Accessories Manufacturing), Size Standard: 1,000 employees.
- Proposal Due: April 3, 2026, 21:00 UTC.
- Published: March 6, 2026.
Submission & Evaluation
Award will be made to the lowest priced proposal that meets all minimum technical requirements. Evaluation factors include Technical (pass/fail) and Price. The Government intends to award without discussions, so initial quotes should represent the best terms. Full submission details are outlined in FAR 52.212-1. Bidders must review the Contract Data Requirements List (CDRL A001 - A002) to understand reporting and documentation obligations.
Contact Information
- Primary: JULIAN DI LEO (julian.m.dileo.civ@army.mil, 5207149085)
- Secondary: Charlotte A. Sylvain-Ceraul (charlotte.a.sylvain-ceraul.civ@army.mil, 5206698573)