120mm Mortar Shell Bodies
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.
The U.S. Army Contracting Command - New Jersey, in support of Project Manager, Combat Ammunition Systems (PM-CAS), has a requirement to procure 120mm Mortar Shell Bodies. The shell bodies to be produced under this effort will support the Load/Assemble/Pack (LAP)of the M929 White Phospohorous (WP) Smoke/M930 Visible Light (VL) Illuminating and M983 Omfrared (IR) Carrtridge/m931 Full Range Practice Cartridge (FRPC) and M933A1/M934A1 High Explosive (HE) 120mm Shell Bodies. Objective: The contractor shall manufacture, produce and deliver the M929 White Phospohorous (WP) Smoke/M930 Visible Light (VL) Illuminating and M983 Omfrared (IR) Carrtridge/m931 Full Range Practice Cartridge (FRPC) and M933A1/M934A1 High Explosive (HE) 120mm Shell Bodiesusing the United States Government (USG) Technical Data Packages (TDPs) in accordance with the Statement of Work (SOW) in Section C and all Request for Proposal (RFP) requirements. The contractor shall provide for all necessary labor, material, supplies, services, facilities, and equipment to perform all of the requirements of the SOW and contract.*The Army Contracting Command-New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000, on behalf of the Office of the Project Manager for Combat Ammunition Systems, intends to issue Request for Proposal (RFP) W15QKN-25-R-0040 on or about June 6, 2025, for the Production of the 120mm Mortar Shell Bodies.The United States Government intends to award up to two five-year Firm-Fixed-Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts utilizing a Best Value Trade-off competitive approach. This program is based on Fiscal Year 25-29 budgeted requirements, and potentially, will fulfill subsequent fiscal year requirements, that are within the five-year contract that is planned. The proposed contracting strategy is to limit competition to the National Technology and Industrial Base (NTIB) which includes the United States (U.S.), United Kingdom of Great Britain and Northern Ireland (UK), Australia and Canada.to maintain a facility, producer, manufacturer, or other supplier available for furnishing supplies or services in case of a national emergency or to achieve industrial mobilization, as implemented by Federal Acquisition Regulation (FAR) 6.302-3(a)(1)(2)(i). This notice does not constitute a formal RFP, nor is the Government obligated to issue an RFP. Telephone inquiries will not be accepted.
*Amendment 0001 was issued to update the PCOs email address, add the TDP to the SAM posting, and address comments in Section L.
**Amendment 0002 was issued to address questions from industry. Full list of questions and answers are posted as an attachment in SAM.