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) has issued Solicitation W519TC26RA013 for the supply of M8 Smoke Pot Inner Packing to Pine Bluff Arsenal (PBA), 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. Proposals will be evaluated using a Lowest Priced Technically Acceptable (LPTA) approach. Proposals are due May 21, 2026, at 1:00 PM ET.
Scope of Work & Key Requirements
The primary deliverable is the Inner Packing for M8 Smoke Pot, with a part reference number of 2000-1538: 3XUS9. The contract has a guaranteed minimum quantity of 13,500 units and a maximum quantity of 67,500 units over the five-year period. Key requirements include:
- Preproduction Samples: Required within 30 calendar days of contract award.
- Technical Specifications: Adherence to drawings 36-3-144 Rev D and 36-3-145 Rev A. Access to these drawings is restricted and requires certification with the US/Canada Joint Certification Program (DD Form 2345). Drawing 36-3-145 Rev A details material specifications for Expanded Plastic Packaging Resin (70/30 Polystyrene/Polyethylene Crosslinked IPN, Gray-Green).
- Item Unique Identification and Valuation (IUID): Required per DFARS 252.211-7003.
- Contract Data Requirements List (CDRL): Mandates submission of Test/Inspection Reports (including First Article Test and Lot Acceptance Reports) and Technical Reports (Certificate of Analysis, Material Certification) for the inner packing.
Contract Details
- Contract Type: Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ).
- Duration: Five (5) years, structured with a Base Period and four Ordering Periods (FY2026-FY2030).
- Place of Performance: Pine Bluff Arsenal, White Hall, AR.
- Delivery: FOB Destination to Pine Bluff Arsenal, AR.
- Payment: Via Wide Area Workflow (WAWF).
- Amendment 0001: Updated Attachment 0001 (Price Matrix) to reflect "Ordering Periods" and added clauses FAR 52.222-90 (DEI Discrimination) and DFARS 252.227-7016 (Rights in Bid or Proposal Information).
Submission & Evaluation
- Proposal Submission Deadline: May 21, 2026, at 1:00 PM ET.
- Questions Due: April 28, 2026, at 12:00 PM CT.
- Proposal Validity: 240 days after receipt of final proposals.
- 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 updated Price Matrix (Attachment 0001).
- Submission: Proposals must be submitted electronically to Jennifer Edwards at jennifer.l.edwards158.civ@army.mil.
Eligibility & Set-Aside
This is a 100% Small Business Set-Aside. The applicable NAICS code is 326140 with a size standard of 1000 employees. Offerors must be registered in the System for Award Management (SAM).
Points of Contact
- Primary: Jennifer L. Edwards (jennifer.l.edwards158.civ@army.mil)
- Secondary: Michelle Lund (michelle.m.lund3.civ@army.mil)