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 opportunity is for a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with award based on the lowest priced technically acceptable proposal. The proposal deadline has been extended to February 13, 2026, at 12:00 PM.
Scope of Work
The contract requires the supply of Propellant Retainer Assemblies, with a maximum quantity of 200,000 units over the contract period and a guaranteed minimum of 5,000 units (CLIN 0001). Key deliverables include a First Article Test (FAT) (CLIN 0002) comprising 64 Propellant Retainer Assemblies and 64 Electric Match Assemblies. Contractors must also adhere to various Contract Data Requirements Lists (CDRLs), including A001 (FAT Reports), A002 (Acceptance Inspection Equipment Plan), A003 (Detailed Inspection Plan), A004 (Supplementary Quality Assurance Provisions), and A005 (Government Furnished Property Listing). A Property Management Plan is now a mandatory submission requirement.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: Five (5) years
- Place of Performance: Pine Bluff Arsenal, White Hall, AR
- Set-Aside: None specified (NAICS 325920, 750 employees)
- Technical Data: Restricted drawings require US/Canada Joint Certification Program (JCP) certification and a certified DD Form 2345 for access via SAM.gov.
Submission & Evaluation
Proposals are due February 13, 2026, at 12:00 PM. Submissions must be electronic, in PDF format, and include a signed SF33, a completed Price Matrix (Attachment 0001), a Past Performance Questionnaire (Attachment 0012), and the newly required Property Management Plan. Proposals are structured into four volumes: Technical (max 100 pages), Past Performance, Price (Excel), and Acknowledgements.
Evaluation will be based on the lowest evaluated price of technically acceptable proposals. Factors include:
- Technical Ability: Evaluated as Acceptable/Unacceptable across Production Capability (most important), Quality System, and Program Management Plan.
- Past Performance: Evaluated as Acceptable/Unacceptable.
- Price: Evaluated based on Total Evaluated Price (TEP). The Government intends to award without discussions but reserves the right to conduct them.
Key Amendments
- Amendment 0005: Extended the proposal deadline to February 13, 2026, and incorporated requirements for Government Furnished Property (GFP), including Attachment 0014 and Exhibit A005 (GFP CDRL), and mandates a Property Management Plan.
- Amendment 0004: Incorporated Attachment 0013 (Drawing EA-G-1723RevC).
- Amendment 0003: Incorporated Attachment 0012 (Past Performance Questionnaire).
Contact Information
For inquiries, contact MichelleAnn Hulett (michelleann.g.hulett.civ@army.mil) or Bethany Carbajal (bethany.n.carbajal.civ@army.mil).