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, in support of Project Manager Close Systems, is soliciting proposals for Conventional Ammunition Demilitarization. This full and open competitive Request for Proposal (RFP) seeks contractors for the demilitarization, recycling, reuse, treatment, and disposal of various conventional ammunition families. The contract will be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ), five-year supply contract. Proposals are due May 19, 2026, by 1800 CDT.
Scope of Work
The opportunity covers six Contract 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
- CLIN Group 5: Flares
- CLIN Group 6: Rocket Motor from MLRS Offerors may propose on one, multiple, or all CLIN Groups. Open Burn and Open Detonation (OB/OD) technologies are prohibited, with a strong encouragement for reutilization and recycling. Contractors must be able to demilitarize all CLINs within a proposed CLIN Group.
Contract Details
- Contract Type: FFP IDIQ, five-year supply contracts (FY27-FY31 priced ranges). Ordering periods extend up to 1825 Days After Award.
- Awards: Single awards for CLIN Groups 1, 3, and 6; multi-awards for CLIN Groups 2, 4, and 5. For multi-award IDIQs, Minimum Guaranteed Quantity (MGQ) will be split evenly (50/50) between awardees.
- NAICS: 332993, Ammunition (except Small Arms) Manufacturing, with a 1500-employee size standard.
- Set-Aside: Full and Open Competition.
- Cybersecurity: Cybersecurity Maturity Model Certification (CMMC) Level 2 is required. Contractors must achieve Level 2 via Self-Assessment by November 10, 2026, and maintain it in SPRS, with a third-party assessment required by November 10, 2027.
- Quantities: Maximum total quantities are specified for each CLIN Group, ranging from 17,500 (MLRS) to over 9.6 million (20mm Cartridges).
- Government Furnished Material (GFM): GFM will be provided, and ownership transfers to the contractor after full demilitarization and acceptance.
- Hazardous Materials: The contract involves hazardous materials, requiring adequate facilities and compliance with safety requirements.
Submission & Evaluation
- Proposal Due: May 19, 2026, 1800 CDT.
- Evaluation: Best value tradeoff process, considering Technical (most important), Past Performance, Price, and Small Business Participation.
- Technical Approach: Oral presentations are required for the Technical Approach subfactor.
- Required Submissions: Offerors must submit a Past Performance Questionnaire (PPQ) and a Small Business Participation Plan.
- Registration: Contractors must be registered in SAM.gov prior to award and throughout performance.
Key Clarifications
An amendment extended the proposal deadline and incorporated Industry Questions and Government Answers. Clarifications include: updated pricing sheets will be provided, propellant testing for MLRS rocket motors is not required, a "major subcontractor" exceeds 25% of award value, and offerors are not required to own disposal facilities but subcontractors must be compliant. Various FAR clauses have been reviewed and updated.