Conventional Ammunition Demilitarization
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 Contracting Command - Rock Island intends to issue a competitive Request for Proposal (RFP) for Conventional Ammunition Demilitarization. This presolicitation, W519TC-26-R-0007, seeks contractors for the demilitarization, recycling, reuse, treatment, and disposal of various conventional ammunition families. The RFP is expected on or after March 3, 2026, with an estimated closing date 45 days after issuance.
Scope of Work
This opportunity covers the demilitarization of six distinct Conventional Line Item Number (CLIN) Groups:
- CLIN Group 1: 30mm Depleted Uranium (DU) Cartridges
- CLIN Group 2: Improved Conventional Munitions (ICM)
- CLIN Group 3: 20mm Cartridges
- CLIN Group 4: Hexachloroethane (HC) Smoke Munitions
- CLIN Group 5: Flares
- CLIN Group 6: Rocket Motors from Multiple Launch Rocket System (MLRS)
Offerors may propose on one, multiple, or all CLIN Groups. The maximum total quantities for the ordering periods are specified for each group, ranging from 17,500 MLRS Rocket Motors to over 9.6 million 20mm Cartridges.
Contract & Timeline
- Type: Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), five-year supply contracts.
- NAICS: 332993, Ammunition (except Small Arms) Manufacturing (Size Standard: 1500 employees).
- Set-Aside: None specified.
- RFP Release: On or after March 3, 2026.
- Estimated Closing: 45 days after RFP issuance.
- Contract Period: FY27-FY31, with ordering periods from Date of Award – 1825 DAA.
- Award Structure: CLIN Groups 1, 3, and 6 will be single awards; CLIN Groups 2, 4, and 5 will be multi-awards.
Evaluation
Award will be made to the best overall proposal determined most beneficial to the Government, utilizing best value trade off processes in accordance with Federal Acquisition Regulation (FAR) 15.101-1.
Additional Notes
Contractors must be registered in the System for Award Management (SAM) database prior to award and throughout performance. Technical Data Packages (TDPs) are available as ZIP files (TDP_1.zip, TDP_2.zip, TDP_3.zip, TDP_4.zip). Points of Contact are Ms. Liz Epperly (elizabeth.j.epperly.civ@army.mil) and Mr. Brandon E. McKinnis (brandon.e.mckinnis.civ@army.mil).