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 Army Contracting Command - Rock Island (ACC-RI), on behalf of the Department of the Army, 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 by February 13, 2026, at 12:00 PM.
Scope of Work
The contractor will be responsible for supplying Propellant Retainer Assemblies, with a maximum quantity of 200,000 units over the contract period and a guaranteed minimum of 5,000 units. Key deliverables include conducting a First Article Test (FAT), which involves up to five lots, each comprising 64 units of Propellant Retainer Assemblies and 64 units of Electric Match Assemblies. The contract also requires adherence to several Contract Data Requirements Lists (CDRLs A001, A002, A003, A004, and A005). A significant update from Amendment 0005 requires offerors to submit a written Property Management Plan, detailing the management of Government Furnished Property (GFP). Performance will be at Pine Bluff Arsenal, White Hall, AR.
Contract Details
- Contract Type: Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: Five (5) years
- Guaranteed Minimum: 5,000 units for Propellant Retainer Assemblies
- Set-Aside: None specified. The NAICS code is 325920 with a small business size standard of 750 employees.
- Evaluation: Lowest Priced Technically Acceptable (LPTA), based on Technical Ability (Production Capability, Quality System, Program Management Plan), Past Performance, and Price. Technical Ability is most important, followed by Past Performance, then Price.
Submission & Evaluation
Proposals must be submitted electronically by February 13, 2026, at 12:00 PM. Offerors must be registered in SAM.gov. Access to restricted drawings and Technical Data Packages (TDPs) requires certification with the US/Canada Joint Certification Program (JCP) and a certified DD Form 2345. Proposals must include a signed SF33, a completed Price Matrix (Attachment 0001), and a newly required Property Management Plan. Proposals will be evaluated for technical acceptability across Production Capability, Quality System, and Program Management System. Failure in any technical subfactor will result in an "Unacceptable" rating. Past performance will also be evaluated on an Acceptable/Unacceptable basis. The government intends to award without discussions but reserves the right to conduct them.
Amendments & Notes
This solicitation has undergone multiple amendments. Amendment 0005 (posted 2026-01-29) is the latest, extending the proposal deadline to February 13, 2026, and introducing requirements for a Property Management Plan and Government Furnished Property (GFP) details (Attachment 0014, Exhibit A005). Previous amendments addressed Q&A, extended deadlines, and incorporated a Past Performance Questionnaire. Offerors must acknowledge all amendments and ensure their proposals reflect the latest requirements.