Draft Request for Proposal (RFP) #2 W519TC-26-R-0001 and Virtual Industry Day for the Special Ammunition and Weapon Systems (SAWS) and Non-NATO Commercial Ammunition acquisition
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 released Draft Request for Proposal (RFP) #2 for the Special Ammunition and Weapon Systems (SAWS) and Non-NATO Commercial Ammunition acquisition. This draft incorporates industry feedback and aims to refine requirements before the formal RFP. The acquisition seeks to establish multiple-award, Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts for up to five one-year ordering periods, with a maximum quantity of 3,552,685,000 items. A virtual Industry Day is scheduled for May 14, 2026. Feedback and Industry Day registration are due by May 4, 2026, 5:00 PM EST.
Purpose & Scope
This Draft RFP is for the procurement of non-standard ammunition (NSA) and non-standard mortar weapon systems (NSMWS) not type-classified for U.S. Army use, often sourced from Former Soviet Union or Eastern Bloc countries. The scope includes a wide range of items across Federal Supply Groups (FSGs) such as weapons, fire control equipment, ammunition and explosives, guided missiles, aircraft components, ground effect vehicles, and training aids. Contractors will be required to supply new production or new surplus SAWS, adhering to detailed technical specifications, safety, and security standards.
Contract Details
- Contract Type: Multiple-award, Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ).
- Ordering Periods: Five (5) one-year ordering periods.
- Guaranteed Minimum: $1,000.00 per IDIQ contract.
- Contract Maximum Quantity: 3,552,685,000 items.
- NAICS Code: 332993 (Ammunition, except Small Arms Manufacturing).
Eligibility & Evaluation
Proposals will be evaluated using a Highest Technically Rated Offeror (HTRO) approach, with up to five awards anticipated. Key evaluation factors include:
- GO/NO-GO Gate: Requires active SAM registration, ITAR compliance, DDTC registration, Federal Firearms License (FFL) Type 11, prior AA&E contract experience, and agreement to prohibited source clauses (Executive Order 13662, no Russian-manufactured/sourced items). Failure to meet any of these will result in disqualification.
- Technical Matrix: Offerors must self-score against seven categories demonstrating capabilities in sourcing/delivery of munitions/energetics, obtaining End User Certificates (EUCs) and Export Licenses, AA&E transport, Technical Data Packages (TDPs), Lot Acceptance Tests (LATs), and AA&E contract experience.
- Minimum Technical Threshold Rating (MTTR): Offerors must achieve at least 80% of the total possible points in the technical matrix.
- Pricing: Offerors must provide pricing for all items listed in the Price Evaluation Spreadsheet (Attachment 0016).
Key Dates & Actions
- Virtual Industry Day: May 14, 2026, at 09:00 AM EST (via MS TEAMS).
- Industry Feedback & Registration Due: May 4, 2026, at 5:00 PM EST.
- Feedback Requested: Specific questions on the HTRO Matrix (clarity, fairness, weighting, MTTR, challenges, ambiguous criteria, alternative proof) and pricing difficulties.
- Contact: Logan Frye (logan.e.frye.civ@army.mil) or Bethany Carbajal (bethany.n.carbajal.civ@army.mil).
Additional Notes
This is a DRAFT RFP and all information is subject to modification. The government is not soliciting or negotiating formal proposals at this stage.