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 Project Lead Joint Services (PL JS), is seeking information from vendors for the design, construction, installation, and qualification of a flexible modernized 155MM Cargo Projectile Load, Assemble, Pack (LAP) facility at Blue Grass Army Depot (BGAD) in Richmond, KY. This Sources Sought notice aims to identify capabilities for a potential sole source, undefinitized contract action (UCA) due to urgent requirements. Responses are due by March 6, 2026.
Opportunity Details
The government requires a facility capable of loading/filling, assembling, and packing various 155MM cargo projectiles, with a production capacity of 30,000 rounds per year. The urgency stems from covered contracts supporting Ukraine, Taiwan, and Israel. The facility must be flexible to accommodate different projectile configurations, with the XM1208 as the initial focus. The performance completion date for qualification of the LAP manufacturing line, including an X-ray system, is September 30, 2027.
Key Requirements / Deliverables
- Design, construct, install, and qualify a flexible modernized LAP facility.
- Achieve a production capacity of 30,000 rounds per year with 85% availability.
- Integrate an X-ray system capable of examining projectile bases.
- Adhere 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.
- Ensure facility modifications (Buildings 550 and 562) comply with BGAD DPW, Safety, and DDESB Explosive Site Safety Plans (ESSP).
- Consider environmental factors such as existing Title V air permits, asbestos abatement, and lead paint encapsulation.
Contract & Timeline
- Type: Sources Sought (leading to potential non-competitive, sole source UCA).
- Intent: Award a UCA with a Firm Fixed Price (FFP) ceiling, not-to-exceed (NTE) value.
- Performance Completion: Qualification by September 30, 2027 (18-month period from contract award).
- Response Due: March 6, 2026, by 1630 Central Time.
- Published: February 11, 2026.
Submission & Evaluation
Vendors must submit responses, limited to 100 pages, detailing:
- Team members, background, and experience in areas like explosive safety, process design, environmental permitting, LAP operations, and non-destructive inspection.
- Proposed technology, facility layout, throughput, and utilities requirements.
- A not-to-exceed price for the entire project.
- Process flow map, equipment list, personnel breakdown, scrap rate estimates, and qualification/transition plans.
- An Integrated Master Schedule. Evaluation will focus on demonstrated capability, recent experience, proposed technology, schedule feasibility, estimated price, and teaming arrangements.
Eligibility & Access
- Set-Aside: None specified; open to both domestic and foreign vendors.
- Registration: Vendors must be registered in the System for Award Management (SAM).
- Data Access: An approved DD Form 2345 (Military Critical Technical Data Requirement) with the Joint Certification Program (JCP) is required to access certain attachments, including the Statement of Work (SOW) and building floor plans.
Additional Notes
An Industry Day was held the week of January 12, 2026, with Q&A documents providing critical clarifications on automation, SCADA systems, facility infrastructure, and production requirements. All inquiries must be via email; telephone inquiries will not be accepted. The government will not reimburse for response costs.