FCI MCKEAN TRAINING AMMUNITION NEEDS
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 Federal Bureau of Prisons, Federal Correctional Institution (FCI) McKean, intends to issue solicitation 15B20926Q00000011 for Training Ammunition for Fiscal Year 2026. This is a Total Small Business Set-Aside opportunity for a Firm Fixed-Price contract. The requirement is for various types of new, in-box small arms ammunition to be delivered to FCI McKean in Lewis Run, PA. Quotes are due by April 20, 2026, at 12:00 PM EST.
Scope of Work
The solicitation seeks specific quantities of new, in-box small arms ammunition, name brand or equivalent. Refurbished or loose ammunition will not be accepted. Key items include:
- SPEER LAWMAN 9MM LUGER 124 GR TMJ: 20,000 rounds
- FEDERAL TACTICAL 9MM LUGER 124 GR. HST HP: 2,000 rounds
- HORNADY 223 REM 55 GR FMJ TAP TRAINING: 14,000 rounds
- SPEER GOLD DOT DUTY RIFLE .223 REM 62 GRAIN GDHP: 3,000 rounds All quotes must include shipping costs (FOB destination) and clearly note any additional excise tax. Deliveries are to be made exclusively to FCI McKean’s Armory at 6975 Route 59, Lewis Run, PA 16738.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332992 (Ammunition, Through 30 Mm)
- Size Standard: 125 employees
- Solicitation Release: April 8, 2026, 12:00 PM EST
- Quotes Due: April 20, 2026, 12:00 PM EST
- Anticipated Award: April 24, 2026
- Period of Performance: Offerors must hold prices firm for 60 calendar days from the receipt of offers.
Evaluation & Submission
Award will be made to the responsible offeror whose bid is considered most advantageous to the Government, with both Price and Delivery Time being key evaluation factors. The evaluation will follow a Lowest Price Technically Acceptable approach. Completed offers, signed and dated, must be emailed to m4morris@bop.gov and csudbrook@bop.gov. Email submission is preferred; offerors should call to verify receipt if no confirmation email is received. Fax submission to (814)363-6815 is also an option.
Contact Information
- Primary: Matthew Morris, Procurement and Property Specialist (m4morris@bop.gov, 814-362-8900 x3420)
- Secondary: Cory Sudbrook, Supervisory Contract Specialist (csudbrook@bop.gov, 814-362-8900 x3419)