Inert Warhead for Reduced Range Practice Rocket (RRPR) FY26-FY28

SOL #: W31P4Q-26-R-0013Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RSA
REDSTONE ARSENAL, AL, 35898-5090, United States

Place of Performance

Redstone Arsenal, AL

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

Rockets, Rocket Ammunition And Rocket Components (1340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 2, 2026
2
Last Updated
Mar 9, 2026
3
Response Deadline
Mar 2, 2026, 10:00 PM

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 a Sources Sought to identify qualified Total Small Business firms for a follow-on contract to manufacture Inert Warheads for the Reduced Range Practice Rocket (RRPR) M28A2 for the U.S. Army Field Artillery. This notice is for market research purposes only and is not a solicitation. Responses are due by March 2, 2026.

Scope of Work

The requirement is for the manufacturing of Inert Warhead, Part Number 13540611, for the RRPR M28A2. These inert warheads are mated to the M26 Tactical Rocket motor assembly to provide a cost-effective training solution that simulates tactical rocket firing at reduced ranges. The anticipated contract will include a base award plus two (2) one-year options, with an estimated annual quantity of 2,000 to 6,800 warheads. The first delivery is required within 180 days of contract award.

Contract & Timeline

  • Type: Sources Sought (Market Research)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5) is anticipated for the future contract.
  • Estimated Duration: Base year + two (2) one-year options.
  • Estimated Quantities: Minimum 2,000, maximum 6,800 warheads per year.
  • First Delivery: Maximum 180 days after contract award.
  • DCSA Accreditation Confirmation Due: February 5, 2026, by 4 PM CST.
  • Questions Due: February 12, 2026, by 4 PM CST.
  • Response Due: March 2, 2026, by 4 PM CST.

Key Requirements

  • Controlled Unclassified Information (CUI): Interested parties must be able to transmit and house CUI. Access to drawings requires a CAGE code and a letter of accreditation from the Defense Counterintelligence and Security Agency (DCSA) confirming the company's network/system is approved to house CUI. The Government will deny access to companies not approved by DCSA.
  • Cybersecurity: The anticipated solicitation will include DFARS clauses 252.204-7012 and 252.204-7020. Offerors will be required to have a current CMMC Level 2 or higher status prior to award.
  • Technical Capabilities:
    • Ability to manufacture Inert Warhead, Part Number 13540611.
    • Ability to meet American Welding Society (AWS) D17.1/D17.1M:2017 Class C Fusion Welding standards, including personnel certification.
    • Ability to establish a quality management system compliant with ISO 9001 or AS9100.
    • Compliance with specific drawings and parts lists (e.g., PL13540611 Rev D, 13540611 Rev C).
    • Adherence to Configuration and Data Management, Quality System, Production, Environmental, and Logistics requirements as detailed in the Statement of Work (SOW).
  • Data Deliverables: Compliance with Contract Data Requirements List (CDRLs) for items such as technical data marking, Requests for Variance (RFVs), Data Accession Lists (DALs), Quality Program Plans (QPPs), Hazardous Materials Management Program (HMMP) plans/reports, and Special Packaging Instructions (SPIs).

Submission Details

Interested organizations should submit a capabilities statement (max 10 pages, Times New Roman 10pt) electronically to Monica Clemons (monica.e.clemons.civ@army.mil) and Allison Beason (allison.c.beason.civ@army.mil). The statement must include:

  • Company name, address, CAGE Code, POC, email, phone.
  • Business size (e.g., small, veteran-owned, woman-owned).
  • DCSA accreditation letter for CUI housing.
  • Tailored capacity statement addressing this effort and similar past services (past 3 years).
  • Max monthly production capacity for Inert Warheads.
  • Ability to meet AWS D17.1/D17.1M:2017 Class C Fusion Welding.
  • Ability to establish ISO 9001 or AS9100 QMS.
  • Time required for First Article Inspection (FAI) and Production Line Validation (PLV) after delivery order.
  • Time required for first delivery at max monthly production capacity after delivery order.
  • Details on past work, task management, subcontractor management, technical skills, teaming arrangements, and CUI handling experience (NIST SP 800-171, 800-171A, 800-172, 800-172A).
  • Explanation of intent to perform at least 50% of the work as prime or with similarly situated subcontractors, per FAR 52.219-14.

Additional Notes

This is for informational purposes only and does not constitute a solicitation. No funds are available for response preparation. Attachments (SOW, CDRL, DSL, drawings) are available upon request after DCSA accreditation is provided. No phone calls will be accepted; all questions must be submitted via email to the listed contacts.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
View

Versions

Version 4
Pre-Solicitation
Posted: Mar 9, 2026
View
Version 3
Sources Sought
Posted: Feb 10, 2026
View
Version 2Viewing
Sources Sought
Posted: Feb 5, 2026
Version 1
Sources Sought
Posted: Feb 2, 2026
View