Sources Sought for the Establishment of a Center of Excellence for Energetics

SOL #: W519TC-26-R-0019Sources 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

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Mar 13, 2026
2
Last Updated
Apr 27, 2026
3
Response Deadline
Apr 29, 2026, 10:00 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 the Office of Project Lead Joint Services (PL JS), is conducting a Sources Sought for the establishment of a Center of Excellence (CoE) for Energetics at Blue Grass Army Depot, KY. The goal is to accelerate the design, development, construction, commissioning, and operation of a comprehensive facility for the scale-up and production of current and emerging explosives, with completion prior to 2031. This initiative aims to establish and retain domestic capability for explosive production.

Purpose & Government Intent

This is a market research effort to gather information and feedback from domestic industry regarding capabilities and capacities for operationalizing explosive production. The information will refine requirements for the CoE. The Government anticipates a follow-on action, potentially a non-competitive, sole-source Undefinitized Contract Action (UCA), for the design, construction, commissioning, explosive qualification, and potentially long-term operation and management of the CoE facility.

Response Requirements

Interested parties (individual companies, teaming arrangements, or partnerships) are invited to respond by addressing:

  • Corporate and Team Capability: Organization structure, team members, roles, and ability to acquire necessary resources.
  • Background and Experience: Demonstrated experience in process design and scale-up of explosives, design/construction/commissioning of large-scale hazardous material facilities, operation/management of explosive facilities (including safety and environmental compliance), preparation of Explosive Safety Site Plans, and securing environmental permits/NEPA documentation.
  • Proposed Technical Approach / CoE Concept: Conceptual approach, proposed technologies, infrastructure, campus layout, and facility design flexibility.
  • Program Management and Schedule: Integrated Master Schedule, list of buildings/facilities with Net Explosive Weight, and breakdown of required personnel.
  • Cost, Assumptions, and Contract Model: Rough Order of Magnitude (ROM) costs for design, construction, commissioning, and transition to production; ROM for price per pound of RDX/HMX; proposed capital structure and financial commitments; and suggested contracting vehicle.

Key Clarifications & Site Information (from Q&A and BGAD Brief)

  • The Blue Grass Army Depot (BGAD) offers extensive infrastructure, logistical capabilities, and available facilities, including secure munitions storage, industrial fabrication equipment, and a strategic location. Specific facilities are available for repurpose, and significant greenspace is available.
  • Power is supplied via a 138 KV line, with a 3.3 MW diesel generator for backup. Water supply is from BGAD and Richmond Utilities.
  • The site is not in a high-risk flood area, and there are no known existing environmental constraints (SWMUs, PFAS AOPIs) at the BGCAPP site for industrial use.
  • While energetics processing is the primary focus, the government would potentially consider new innovations in rocket motor manufacturing.
  • Contractors will be responsible for funding restoration, upgrades, extensions, or new utility systems.

Submission Instructions

  • Response Deadline: April 29, 2026, by 5:00 PM CDT.
  • Submission Method: Electronic mail to SFC Pramod Khanal (pramod.khanal.mil@army.mil), Lindsey Arguello (lindsey.j.arguello.civ@army.mil), and Rebecca Bernard (rebecca.s.bernard2.civ@army.mil). For files exceeding 5 MB, request a DoD SAFE drop-off link.
  • Page Limit: 40 pages, inclusive of all content.
  • Required Information: Company Name, Address, CAGE code, Unique Entity Identifier (UEI), Point of Contact, and Company Size/Socio-Economic Status.
  • Site Survey: A site survey visit was conducted on April 8, 2026. Foreign nationals were unable to attend due to vetting timelines.
  • Questions: The deadline for questions was April 10, 2026.

Contact Information

People

Points of Contact

Lindsey ArguelloPRIMARY
SFC Pramod KhanalSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 5
Sources Sought
Posted: Apr 27, 2026
View
Version 4Viewing
Sources Sought
Posted: Apr 10, 2026
Version 3
Sources Sought
Posted: Apr 6, 2026
View
Version 2
Sources Sought
Posted: Mar 26, 2026
View
Version 1
Sources Sought
Posted: Mar 13, 2026
View