Inert Warhead for Reduced Range Practice Rocket (RRPR) FY26-FY28
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 Army Contracting Command – Redstone Arsenal (ACC-RSA) is conducting market research via a Sources Sought notice to identify qualified Total Small Business firms for a follow-on contract to manufacture Inert Warheads (Part Number 13540611) for the Reduced Range Practice Rocket (RRPR) M28A2. This requirement supports the U.S. Army Field Artillery's training needs for Multiple Launch Rocket System (MLRS) practice rockets. Responses are due March 2, 2026.
Scope of Work
The anticipated contract will involve the manufacture of inert warheads, providing all necessary materials, labor, and management. The RRPR M28A2 simulates tactical rocket firing at reduced ranges. The estimated period of performance is a base year plus two one-year options (FY26-FY28), with annual quantities ranging from a minimum of 2,000 to a maximum of 6,800 warheads. First delivery is required within 180 days of contract award.
Contract & Key Requirements
- Opportunity Type: Sources Sought (for market research leading to a future solicitation).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Period of Performance: FY26-FY28 (Base + 2x 1-year options).
- Technical Requirements:
- Ability to meet American Welding Society (AWS) D17.1/D17.1M: 2017 Class C Fusion Welding standards.
- Establishment of a Quality Management System (QMS) compliant with ISO 9001 or AS9100.
- Conduct First Article Inspection (FAI) per AS9102 and Production Line Validation (PLV).
- Compliance with environmental regulations, including a Hazardous Materials Management Program (HMMP).
- Logistics requirements include ISPM 15 for wood packaging and Special Packaging Instructions (SPIs).
- Security & Data:
- Drawings contain Controlled Unclassified Information (CUI). Access requires a CAGE code and a Defense Counterintelligence and Security Agency (DCSA) accreditation letter confirming the ability to house CUI.
- Anticipated solicitation will include DFARS clauses 252.204-7012 and 252.204-7020.
- CMMC Level 2 or higher status will be required prior to award.
- Contract Data Requirements List (CDRLs) specify requirements for technical data marking, Requests for Variance (RFVs), Data Accession Lists (DALs), Quality Program Plans (QPPs), HMMP, and SPIs.
Submission Requirements
Interested organizations must submit a capabilities statement (max 10 pages) addressing:
- Company information, business size, and DCSA accreditation letter.
- Tailored capacity statement, including similar past performance (last 3 years).
- Maximum monthly production capacity and timelines for FAI/PLV and first delivery.
- Experience with CUI and NIST SP 800-171, 800-171A, 800-172, and 800-172A.
- Intent to comply with FAR 52.219-14 (50% rule for small business prime/similarly situated subcontractors).
Key Dates
- DCSA Accreditation Confirmation Due: February 5, 2026, 4 pm CST (for CUI drawing access).
- Questions Due: February 12, 2026, 4 pm CST.
- Capabilities Statement Due: March 2, 2026, 4 pm CST.
- Contacts: Monica Clemons (Contracting Officer, monica.e.clemons.civ@army.mil) and Allison Beason (Contract Specialist, allison.c.beason.civ@army.mil).