Propellant Retainer Assembly
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 Department of the Army's Army Contracting Command - Rock Island (ACC-RI) is soliciting proposals for the supply of Propellant Retainer Assemblies to Pine Bluff Arsenal, AR. This requirement will result in a five-year Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The award will be made to the lowest priced technically acceptable proposal. Proposals are due August 21, 2025, at 12:00 PM CST.
Scope of Work
The contractor will be responsible for manufacturing and supplying Propellant Retainer Assemblies. Key deliverables include:
- Propellant Retainer Assemblies (CLIN 0001): A maximum of 200,000 units over the contract period, with a guaranteed minimum quantity of 29,300 units for the first delivery order.
- First Article Test (FAT) (CLIN 0002): Up to five lots, each comprising 64 Propellant Retainer Assemblies and 64 Electric Match Assemblies. FAT is due 90 days after contract award.
- Contract Data Requirements List (CDRL) (CLIN 0003): Includes FAT Reports, an Acceptance Inspection Equipment Plan, a Detailed Inspection Plan, and Supplementary Quality Assurance Provisions.
- Technical Data Package (TDP): Restricted drawings are available via SAM.gov, requiring US/Canada Joint Certification Program (JCP) certification and a certified DD Form 2345 for access.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ).
- Period of Performance: Five (5) years.
- Set-Aside: None specified (Open Competition). NAICS code 325920 with a small business size standard of 750 employees applies.
- Place of Performance: Pine Bluff Arsenal, White Hall, AR.
- Delivery: Initial production quantity due 120 days after FAT approval.
Submission & Evaluation
- Proposal Submission Deadline: August 21, 2025, at 12:00 PM CST.
- Proposal Validity: Proposals must remain valid for 240 days after the RFP close.
- Submission Format: Electronic only, with proposals compiled in PDF format. The Price Matrix (Attachment 0001) must be submitted electronically in Microsoft Excel format. Submissions must not exceed 10MB per email; multiple emails or DoD SAFE can be used. Cloud services are not acceptable.
- Evaluation Factors: Proposals will be evaluated based on the lowest evaluated price of proposals that meet or exceed acceptability standards for non-cost factors.
- Technical Factor (Acceptable/Unacceptable): Most important, includes Production Capability, Quality System, and Program Management Plan.
- Past Performance Factor (Acceptable/Unacceptable): Second most important. Offerors must complete and ensure references submit the Past Performance Questionnaire (Attachment 0012).
- Price Factor: Least important but controlling if non-price factors are equal.
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
Additional Notes
This solicitation has undergone four amendments. The latest, Amendment 0004, incorporated Drawing EA-G-1723RevC and extended the proposal deadline. Offerors must acknowledge all amendments and ensure all required attachments, including the PPQ form, are incorporated into their proposals. Points of Contact: MichelleAnn Hulett (michelleann.g.hulett.civ@army.mil) and Bethany Carbajal (bethany.n.carbajal.civ@army.mil).