Sources Sought for 155MM Cargo Projectile Load, Assemble, Pack (LAP) Flexible Line Facility Capability

SOL #: W519TC-26-R-0004Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RI
ROCK ISLAND, IL, 61299-0000, United States

Place of Performance

Richmond, KY

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

Construction Of Ammunition Facilities (Y1EA)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 15, 2025
2
Last Updated
Feb 20, 2026
3
Response Deadline
Feb 20, 2026, 10:30 PM

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 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 vendors capable of designing, constructing, installing, and qualifying a flexible modernized Load, Assemble, and Pack (LAP) facility for 155MM cargo projectiles at Blue Grass Army Depot (BGAD) in Richmond, KY. The facility must achieve a production capacity of 30,000 rounds per year. The government intends to award a non-competitive, sole source, undefinitized contract action (UCA). Responses are due by February 20, 2026.

Opportunity Details

This Sources Sought notice seeks information from both foreign and domestic vendors. The primary purpose is to gather capabilities for a critical manufacturing facility to support various 155MM cargo projectiles. The government anticipates awarding a sole source UCA with a Firm Fixed Price (FFP) ceiling, not-to-exceed (NTE) value, and will include unlimited data rights in any resultant contract. This effort is driven by urgency related to requirements for Ukraine, Taiwan, and Israel.

Key Requirements & Deliverables

The selected vendor will be responsible for the design, construction, installation, and qualification of the LAP facility. Key requirements include:

  • Capability to load/fill, assemble, and pack various 155MM cargo projectiles.
  • Achieve a production capacity of 30,000 rounds per year.
  • Performance completion date for qualification of the LAP manufacturing line (including x-ray) is September 30, 2027.
  • 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.
  • Contractor responsibility for facility modifications, with approvals from BGAD DPW and Safety, and DDESB for Explosive Site Safety Plans (ESSP).
  • Openness to automation solutions, provided they meet production and throughput criteria, with a contractor-developed prove-out plan.

Submission & Evaluation

Responses are limited to 100 pages and are due by February 20, 2026, at 1630 Central Time. Submissions must detail:

  • Team members, background, and experience in areas such as explosive safety, process design, environmental permitting, LAP operations, non-destructive inspection, and construction.
  • Proposed technology, facility layout, throughput, and utilities requirements.
  • A not-to-exceed price for the entire project.
  • Process flow map, equipment list, manufacturing/engineering personnel breakdown, scrap rate estimates, qualification/transition plans, and an Integrated Master Schedule.
  • Discussion of assumptions and major cost/schedule drivers. Evaluation will consider demonstrated capability, recent experience, proposed technology, schedule feasibility, estimated price, and teaming arrangements.

Eligibility & Access

  • Interested vendors must be registered in the System for Award Management (SAM).
  • Vendors must have an approved DD Form 2345 (Military Critical Technical Data Requirement) on file with the Joint Certification Program (JCP) to access certain attachments, including the Statement of Work (SOW) and building floor plans.
  • A Public-Private Partnership (P3) with BGAD is available for qualification support and for covering costs of additional power if needed.

Important Notes & Updates

An Industry Day was held virtually and onsite during the week of January 12, 2026. Key clarifications from the Q&A include details on automation, facility modifications, environmental considerations (asbestos abated, lead paint encapsulated), and utility availability. The government will not reimburse vendors for response costs, and telephone inquiries are not accepted. All inquiries must be via email to the listed contacts.

People

Points of Contact

Lindsey ArguelloPRIMARY
Warren StropesSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Sources Sought
Posted: Feb 20, 2026
View
Version 8
Sources Sought
Posted: Feb 20, 2026
View
Version 7
Sources Sought
Posted: Feb 11, 2026
View
Version 6Viewing
Sources Sought
Posted: Jan 30, 2026
Version 5
Sources Sought
Posted: Jan 23, 2026
View
Version 4
Sources Sought
Posted: Jan 12, 2026
View
Version 3
Sources Sought
Posted: Jan 9, 2026
View
Version 2
Sources Sought
Posted: Dec 30, 2025
View
Version 1
Sources Sought
Posted: Dec 15, 2025
View