Skip to main content

An official website of the United States government

You have 2 new alerts

Pre-solicitation Notice for 60mm M27, 81mm M24, 81mm M28 Mortar Fins

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: May 20, 2022 11:09 am CDT
  • Original Response Date: Jul 15, 2022 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1315 - AMMUNITION, 75MM THROUGH 125MM
  • NAICS Code:
    • 332993 - Ammunition (except Small Arms) Manufacturing
  • Place of Performance:

Description

The U.S. Army Contracting Command-Rock Island (ACC-RI), Rock Island Arsenal, Rock Island, Illinois, on behalf of the Office of the Project Manager for Combat Ammunition Systems (PM CAS) located at Picatinny Arsenal, New Jersey, intends to issue a Request for Proposal (RFP) W52P1J-22-R-0045 for the 60mm (M27) and 81mm (M24 and M28) Mortar Fins.

The U.S. Government anticipates awarding up to two (2) Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts with five, 12-month ordering periods for the 60mm (M27) and 81mm (M24 and M28) Mortar Fins.  Awards will be made utilizing a 100% Small Business Set-Aside, Lowest Price Technically Acceptable (LPTA) Source Selection Procedure, in accordance with FAR 15.101-2.

The Mortar Fins support the family of High Explosive (HE), Full Range Practice Cartridge (FRPC), and Smoke and Illumination items and are classified under North American Industry Classification System Code (NAICS) 332993.  Each Mortar Fins consists of a two-piece assembly design composed of aluminum and aluminum alloys.  Exact specifications will be available upon RFP release.

In order to receive an award, a successful offeror must have the capability to produce all of the 60mm (M27) and 81mm (M24 and M28) Mortar Fins.  Offerors that do not have the capability to produce all of the configurations will not be considered for an award on this acquisition.

For planning purposes only, the estimated units to be ordered during each one-year ordering period for each Mortar Fin are as follows:

Qty. 300,000  –    60mm M27 Mortar Tail Fin; NSN:  1310-01-050-8894

Qty. 350,000  –    81mm M24 Mortar Tail Fin; NSN:  1315-01-050-8881

Qty. 30,000    –    81mm M28 Mortar Tail Fin; NSN:  1310-01-271-8061

The Mortar Fins will be built to certified standards with the U.S. Government-owned Technical Data Packages (TDPs) and applicable contract requirements, which will be available upon RFP release. The TDPs are coded as Distribution Statement D (authorized distribution of technical documents to the Department of Defense (DoD) and U.S. DoD Contractors only). Businesses are required to be certified by the Department of Defense, United States/Canada Joint Certification Office. If offerors want to become certified in order to receive the TDPs for this effort, they must fill out a registration form at http://www.dlis.dla.mil/jcp.  The RFP for this effort will identify the link for offerors to request explicit access in order to view the TDPs. Offeror must submit a copy of the certified registration form (DD form 2345), Military Critical Technical Data Agreement and a non-disclosure agreement prior to receipt of the U.S. Government-owned TDP via the Joint Certification Program. Restricted technical data will not be forwarded to a contractor who has not been certified. TDPs will not be available until the RFP is released.  The Request for Proposal (RFP) W52P1J-22-R-0045 and any amendments will be available electronically in accordance with FAR 4.5 and 5.102 at the following internet address:  https://sam.gov/content/opportunities/ during June 2022. Interested small businesses are advised and encouraged to periodically access the above internet address in order to obtain any amendments which may be issued.

Contractors must be registered in the System for Award Management (SAM) database by accessing the SAM website: http://www.sam.gov in order to be eligible for contract award.

This notice does not constitute a formal RFP, nor is the U.S. Government obligated to issue a RFP.  The point of contact for this requirement is Ms. Caitlyn Warner: caitlyn.m.warner.civ@army.mil – CCRI-AMF, 3055 Rodman Ave. Building 60, Rock Island, IL 61299-6000.

Contact Information

Contracting Office Address

  • JOINT MUNITIONS COMMAND BLDG 350 RODMAN AVE
  • ROCK ISLAND , IL 61299-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History