Precision Grenadier System Prototype Project Opportunity (PPON)
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 Department of the Army has issued a Prototype Project Opportunity Notice (PPON) for a Precision Grenadier System (PGS) under the authority of 10 U.S.C. § 4022. This opportunity seeks proposals for the development of an integrated weapon, fire control system, and family of ammunition designed to defeat personnel in defilade, small unmanned aerial systems (sUAS), and personnel in close quarters. The goal is to develop industry solutions through prototyping, user evaluation, and testing. Proposals are due by June 1, 2026, at 1:00 PM EST.
Scope of Work
The project requires the development and delivery of approximately 16 weapon prototypes, 18 fire control prototypes, and 25,400 rounds of ammunition (Training Practice, CQB, Counter Defilade, C-sUAS). Deliverables also include spare parts, test barrels, tools/gauges/accessories, engineering support, Technical Data Packages (TDPs), and Interface Control Documentation (ICD). Compliance with rigorous safety, environmental, and testing requirements is mandatory.
Contract Details
The Government anticipates awarding up to two competitive fixed-amount Other Transaction Agreements (OTAs), each with an estimated duration of up to four years. Successful prototyping may lead to follow-on production awards without further competition, with an estimated scope of approximately 11,000 total weapons and fire controls. Funding will be obligated incrementally, with specific task schedules outlined (e.g., Task 0: $17M at award, Task 1: $13M in 1QFY27).
Eligibility & Set-Aside
Offerors must meet at least one of the following conditions: significant participation by a nontraditional defense contractor or nonprofit research institution; all significant participants are small businesses or nontraditional defense contractors; at least one-third of the project cost is from non-Federal sources; or exceptional circumstances justify innovative arrangements. Offerors must have a DUNS number and be registered in SAM.gov. There is no specific set-aside for this opportunity, but eligibility criteria favor certain business types.
Submission & Evaluation
Proposals are due by June 1, 2026, 1:00 PM EST, and must be submitted electronically via the DOD SAFE site. Evaluation will be based on five factors: Concept Feasibility (most important), Proposed Threshold Requirements, Special License Agreements, Integrated Master Schedule, and Price. All green cells in Attachment 4 (Pricing) must be completed.
Key Updates & Notes
The proposal due date was extended to June 1, 2026. Clarifications on funding obligations confirm incremental funding, with contractors proceeding ahead of government authorization at their own risk. Technical requirements for fire control batteries and drop tests have been clarified. Several attachments, including the Delivery Schedule, Pricing, Prototype Testing Outline, and a DRAFT Model OTA, were updated on April 14, 2026. Bidders must review various attachments, including those for accounting system questionnaires, technical data requests (DD Form 2345), and Non-Disclosure/Non-Use Agreements, to ensure compliance and access to necessary information.