MK 200 Propelling Charge
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 Naval Surface Warfare Center, Indian Head Division (NSWC IHD) is conducting a Sources Sought for the Mk 200 Mod 1 Propelling Charge. This notice is for market research to identify vendors within the National Technology and Industrial Base (NTIB), specifically United States and Canada, for a potential IDIQ contract. This is not an invitation for competitive proposals. Responses are due June 12, 2026.
Scope of Work
The Mk 200 Mod 1 Propelling Charge is a modification of the Mk 200 Mod 0, which replaced the Mk 67 Mod 3 as the primary round for the Mk 45 5” Gun Weapon System. The Mod 1 variant is intended to increase the availability of propelling charges compatible with the Mk 45 Gun Weapon System, the main gun for the USN Surface Fleet. A key change in the Mod 1 is the use of a brass cartridge case instead of steel, as seen in the Mod 0, to enhance the supply of cartridge cases.
Contract & Timeline
- Type: Sources Sought (Intends to award IDIQ contract)
- Set-Aside: None specified, but limited to NTIB (US & Canada)
- Response Due: June 12, 2026
- Published: May 7, 2026
Submission Requirements
This acquisition is being pursued under the statutory authority of 10 USC 2304(C)(1), as implemented in FAR 6.302-3, limiting competition to satisfy agency requirements. Interested sources must provide:
- Organization Name
- Address
- Point of Contact
- Phone number
- E-mail address
- Business size
- DUNS number
- CAGE Code Additionally, a summary of the company’s capabilities and delivery timeframe/schedule is required. All responses must be emailed to alexander.a.polster.civ@us.navy.mil AND michael.j.anthony40.civ@us.navy.mil.
Additional Notes
This is for informational purposes only and does not bind the Government to solicit or award a contract. A determination not to compete this requirement is solely at the Government's discretion.