Sources Sought for 155MM Cargo Projectile Load, Assemble, Pack (LAP) Flexible Line Facility Capability
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 Project Lead Joint Services (PL JS), Project Manager Combat Ammunition Systems (PM CAS), and Joint Munitions Command (JMC), is conducting a Sources Sought to identify foreign and domestic vendors capable of designing, constructing, installing, and qualifying a flexible modernized manufacturing Load, Assemble, and Pack (LAP) facility for 155MM cargo projectiles at Blue Grass Army Depot (BGAD) in Richmond, KY. The government intends to award a non-competitive, sole source, undefinitized contract action (UCA) due to urgency related to covered contracts for Ukraine, Taiwan, and Israel. Responses are due by March 06, 2026, at 1630 Central Time.
Opportunity Details
This Sources Sought seeks information for a facility capable of loading/filling, assembling, and packing various 155MM cargo projectiles, with a required production capacity of 30,000 rounds per year and 85% availability. The facility must be flexible to accommodate different projectile configurations. The performance completion date for qualification of the LAP manufacturing line is September 30, 2027, with an anticipated 18-month period of performance from contract award.
Key Requirements & Deliverables
Vendors must demonstrate capabilities in:
- Design, construction, installation, and qualification of a flexible modernized LAP facility.
- Handling various 155MM cargo projectiles.
- Meeting a production capacity of 30,000 rounds per year.
- Structural modifications to buildings 550 and 562, requiring approval from BGAD DPW, Safety, and DDESB for Explosive Site Safety Plans.
- Adherence to stringent cybersecurity requirements for Department of War (DoW) automation, including DFARS 252.204-7012, NIST SP 800-171, CMMC, and the DoW Zero Trust Strategy.
- Providing cost breakdowns for SCADA systems, with openness to various solutions beyond Rockwell/Allen Bradley.
- Managing environmental considerations, including asbestos abatement and lead paint encapsulation, and coordinating with BGAD DPW for environmental assessments.
Contract & Submission
- Type: Sources Sought (intent to award non-competitive, sole source UCA with FFP ceiling).
- Set-Aside: None specified (seeking information from foreign and domestic vendors).
- Response Due: March 06, 2026, 1630 Central Time.
- Submission Limit: 100 pages.
- Required Information: Company details, technical expertise, capability details, proposed technology, facility layout, throughput, utilities requirements, process flow map, equipment list, manufacturing/engineering personnel breakdown, scrap rate estimates, qualification/transition plans, Integrated Master Schedule, potential configuration solutions, assumptions, and major cost/schedule drivers. A not-to-exceed price for the facility is required.
- Eligibility: Vendors must be registered in the System for Award Management (SAM). Access to restricted documents (SOW, Building Floor Plans) requires an approved DD Form 2345 (Military Critical Technical Data Requirement) on file with the Joint Certification Program (JCP).
- Data Rights: The USG requires unlimited data rights for intellectual property developed for the LAP line.
Evaluation Factors
Responses will be evaluated based on demonstrated capability, recent experience, proposed technology, schedule feasibility, estimated not-to-exceed price, and teaming arrangements.
Important Clarifications
The government is open to automation that meets production requirements. Existing utilities are available, but upgrades or additional power may require contractor-funded installation via a Public-Private Partnership (P3) with BGAD. Technical Data Packages (TDPs) will not be released; requirements are detailed in Attachment 0002. The X-Ray system must be capable of examining projectile bases.
Contact Information
For inquiries, contact Lindsey Arguello (Lindsey.j.arguello.civ@army.mil) or Warren Stropes (warren.l.stropes.civ@army.mil). Telephone inquiries will not be accepted.