Inert Warhead for Reduced Range Practice Rocket (RRPR) FY26-28

SOL #: W31P4Q-26-R-0013Pre-Solicitation

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

Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing (336419)

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 16, 2026, 7:00 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 intends to issue solicitation number W31P4Q-26-R-0013 for the manufacture of Inert Warheads, Part Number 13540611, for the Reduced Range Practice Rocket (RRPR) M28A2. This will be a Firm-Fixed Price contract with one base year and two option years, designated as a 100% Small Business Set-Aside. A CMMC Level 2 self-assessment or higher will be required prior to award. The response date for this presolicitation is March 16, 2026.

Scope of Work

The contractor will be responsible for manufacturing inert warheads for the RRPR M28A2, including providing all necessary materials, labor, and management. The objective is to meet a training need for the Multiple Launch Rocket System (MLRS) with a cost-effective solution that simulates tactical rocket firing at reduced ranges. Work will involve compliance with specified drawings and parts lists.

Contract Details

  • Type: Firm-Fixed Price (anticipated)
  • Duration: One base year and two option years (FY26-28)
  • Quantities: Minimum 2,000 warheads, maximum 6,800 warheads per year.
  • Set-Aside: 100% Small Business Set-Aside (foreign requests will not be honored).
  • Delivery: Monthly deliveries within a 12-month timeline, commencing after a qualification period (not to exceed 180 calendar days post-award).
  • Place of Performance: Redstone Arsenal, AL (implied for government oversight, manufacturing at contractor facility).

Key Requirements & Deliverables

  • Cybersecurity: Compliance with DFARS clauses 252.204-7012 (Safeguarding Covered Defense Information) and 252.204-7020 (NIST SP 800-171 DoD Assessment Requirements). CMMC Level 2 self-assessment or higher is mandatory before award.
  • Quality System: Establish a Quality System meeting ISO 9001 or AS9100 standards. Deliver a Quality Program Plan (QPP) and conduct a First Article Inspection (FAI) per AS9102.
  • Manufacturing: Demonstrate American Welding Society (AWS) D17.1/D17.1M:2017 Class C Fusion Welding certification. Conduct a Production Line Validation (PLV) and deliver a Manufacturing Plan.
  • Data Management: Prepare and deliver Engineering Change Proposals (ECPs), Notices of Revision, and Requests for Variance (RFVs). Implement a Data Management (DM) program and submit data items electronically per the Contract Data Requirements List (CDRL). Technical data must be marked according to DODI 5230.24, including distribution statements and export control warnings. RFVs and Data Accession Lists (DALs) require submission as searchable PDFs to usarmy.redstone.peo-ms.mbx.pf-pdm@army.mil.
  • Environmental: Ensure compliance with environmental laws, develop a Hazardous Materials Management Program (HMMP) Plan and Report, and avoid Class I/II Ozone Depleting Substances.
  • Logistics: Comply with wood packaging material requirements (ISPM 15, heat treatment, ALSC certification) and deliver Special Packaging Instructions (SPIs).

Response Details

This is a presolicitation notice. Interested parties should prepare for the upcoming solicitation by reviewing the detailed requirements outlined in the Statement of Work and Exhibit A CDRLs. The solicitation will be issued as W31P4Q-26-R-0013.

Contact Information

For inquiries, contact Monica Clemons at monica.e.clemons.civ@army.mil or 520-674-8213.

People

Points of Contact

Files

Files

View
View
View
View
Download
Download
Download
Download
Download
Download
Download
Download
View

Versions

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