M8 Smoke Pot Inner Packing
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 United States Army Contracting Command - Rock Island (ACC-RI) is soliciting proposals for the supply of M8 Smoke Pot Inner Packing to Pine Bluff Arsenal, AR. This is a 100% Small Business Set-Aside opportunity, expected to result in a five (5) year, Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Award will be based on a Lowest Priced Technically Acceptable (LPTA) evaluation. Proposals are due May 21, 2026.
Scope of Work
The primary requirement is for the supply of "Inner Packing for M8 Smoke Pot," identified by Part Reference Number 2000-1538: 3XUS9. The contract has a guaranteed minimum quantity of 13,500 units and a maximum quantity of 67,500 units over its five-year life. Key requirements include:
- Delivery of inner packing to Pine Bluff Arsenal, AR (FOB Destination).
- Submission of preproduction samples within 30 calendar days of contract award.
- Compliance with technical specifications detailed in drawings 36-3-144 Rev D and 36-3-145 Rev A (access requires US/Canada Joint Certification Program - DD Form 2345).
- Adherence to Contract Data Requirements List (CDRL) for Test/Inspection Reports (including First Article Test and Lot Acceptance) and Technical Reports (Certificate of Analysis, Material Certification).
- Item Unique Identification and Valuation (IUID) per DFARS 252.211-7003.
Contract Details
- Solicitation Number: W519TC26RA013
- Contract Type: Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ)
- Duration: Five (5) years (Base Period + 4 Option Periods)
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 326140 (Size Standard: 1000 employees)
- Guaranteed Minimum: 13,500 each
- Maximum Quantity: 67,500 each
- Payment: Via Wide Area Workflow (WAWF)
Submission & Evaluation
- Proposal Submission Deadline: May 21, 2026, 12:00 PM local time
- Questions Due: April 28, 2026, 12:00 PM CT
- Evaluation Method: Lowest Priced Technically Acceptable (LPTA)
- Evaluation Factors:
- Technical Factor (Volume I): Manufacturing Plan, Experience, Delivery Schedule
- Price Factor (Volume II): Based on the provided Price Matrix (Attachment 0001)
- Submission: Proposals must be submitted electronically and remain valid for 240 days.
Points of Contact
- Contract Specialist: Jennifer L. Edwards (jennifer.l.edwards158.civ@army.mil)
- Contracting Officer: Michelle Lund (michelle.m.lund3.civ@army.mil)