Search Contract Opportunities

18 PUMM Explosives Mixer   3

ID: W519TC-25-Q-1224 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Solicitation: W519TC-25-Q-1224

Agency: Army Contracting Command Rock Island (ACC-RI)

Title: B&P Littleford, LLC 18 PUMM Vertical Mixer Assembly

The Army Contracting Command - Rock Island (ACC-RI) hereby issues a combined synopsis/solicitation Request for Quote (RFQ) W519TC-25-Q-1224 restricted to B&P Littleford pursuant to the authority of 41 U.S.C. 1901 for the procurement of the following:

CLIN 0001: 3 (three) 600 gallon B&P Littleford Model 18 PUMM Vertical Mixer Assembly

Description:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a formal, written solicitation will NOT be issued.

The NAICS codes is 333248; the business size standard is 750 employees.

Contractors providing quotations must be registered within the System of Award Management (SAM) database to receive an award. The website for SAM is https://www.sam.gov/.

Contractors must also have current, acceptable data in the Federal Awardee Performance and Integrity Information System (FAPIIS).

Description of Requirement:

This solicitation is issued for the following items:

McAlester Army Ammunition Plant (MCAAP) has a requirement for three (3) Explosive Mixer Assemblies. This requirement is for B&P Littleford, LLC 18 PUMM Explosive Mixer Assemblies as listed in the CLIN above.

The mixer is needed to replace units at MCAAP. The Government will install and start-up the unit after it is delivered.

Type of Acquisition and Contract:

This acquisition is issued as a sole source to B&P Littleford. The Army Contracting Command-Rock Island (ACC-RI) intends to award a Firm-Fixed-Price Contract.

Delivery and Location:

The delivery date is 30 April 2026 Early delivery is allowed but must be coordinated with the contracting office.

Delivery shall be FOB Destination To:

McAlester Army Ammunition Plant 1 C Tree Road

McAlester, OK 74501

Quote submission requirements:

The following shall be submitted in response to this solicitation:

(1) Contractor must provide a quote for each CLIN and the total dollar amount for all CLINs.

(2) Company name, CAGE code, and DUNS number.

(3) Point of Contact (POC) (Name/Title/phone number/mailing & email address).

(4) Technical documentation identifying contractor's ability to comply with solicitation requirements.

Basis for Award:

In accordance with FAR 52.212-1(g), the Government intends to award a contract without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.

In accordance with FAR 12.602, streamlined evaluation procedures will be utilized for this procurement and are as follows:

Award will be only be made to B&P Littleford as they have been determined to be the only responsive and responsible contractor who can meet the terms and conditions of the solicitation.

Award will be made on a firm-fixed-price basis.

The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulations Supplements (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at https://www.acquisition.gov/far/part-52):

Clauses:

FAR 52.203-3, Gratuities

FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights

FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-6, Unique Entity Identifier

FAR 52.204-7, System of Award Management

FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-12, Unique Entity Identifier Maintenance

FAR 52.204-13, System for Award Management Maintenance

FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-7, Information Regarding Responsibility Matters.

FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.209-12, Certification Regarding Tax Matters

FAR 52.212-1, Instructions to Offerors-Commercial Items

FAR 52.212-4, Contract Terms and Conditions-Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; within FAR 52.212-5, the following optional clauses apply:

FAR 52.203-6, Restrictions on Subcontractor Sales to the Government

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.219-8, Utilization of Small Business Concerns

FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor-Cooperation with Authorities and

FAR 52.222-37, Employment Reports on Veterans

FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management

FAR 52.219-14, Limitations on Subcontracting

FAR 52.229-3, Federal, State, and Local Taxes

FAR 52.232-40, Providing Accelerated Payments to Small Business Sub-contractors

FAR 52.233-3, Protest after Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.243-1, Changes Fixed Price

FAR 52.246-2, Inspection of Supplies-Fixed Price

FAR 52.246-23, Limitation of Liability

FAR 52.247-34, F.O.B. Destination

FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels

DFARS 252.203-7000, Requirements Relating to Compensation of Former

DOD Officials

DFARS 252.203-7005, Representation Relating to Compensation of Former

DOD Officials

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information

Controls

DFARS 252.204-7011, Alternative Line Item Structure

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.209-7002, Disclosure of Ownership of Control by a Foreign Government

DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the

Government of a Country that is a State Sponsor of Terrorism

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.211-7008, Use of Government assigned Serial Numbers

DFARS 252.215-7007, Notice of Intent to Resolicit

DFARS 252.215-7008, Only One Offer

DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7000, Buy American Balance of Payments Program Certificate

DFARS 252.225-7001, Buy American and Balance of Payment Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7021, Trade Agreements

DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism

DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.243-7001, Government Access

DFARS 252.243-7002, Requests for Equitable Adjustments DFARS 252.244-7000, Subcontracts for Commercial items

DFARS 252.247-7022, Representation of Extent of transportation by Sea DFARS 252.247-7023, Transportation of Supplies by Sea

The following additional information applies:

MCAAP SITE SPECIFIC INFORMATION:

CONFORMANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEM FOR WORK PERFORMED AT MCALESTER ARMY AMMUNITION PLANT

The Contractor shall perform work under this contract consistent with all applicable federal, state, local requirements and with the relevant policy and objectives identified in McAlester Army Ammunition Plant's (MCAAP's) environmental management system (EMS) located at http:www.mcaap.army.mil. The Contractor shall perform work in a manner that conforms to all applicable Environmental Management Programs and Operational Controls identified by the MCAAP EMS, and provide monitoring and measurement information as necessary for the organization to address environmental performance relative to MCAAP's EMS objectives and goals. In the event an environmental nonconformance or noncompliance associated with the contracted services is identified, the Contractor shall take corrective and/or preventative actions. In the case of a noncompliance, the Contractor shall respond and take corrective action immediately. In violations caused by Contractor negligence, the Contractor shall reimburse the Government for the amount of that fine and all associated costs. The Contractor shall also provide cleanup of any spills, including oil, that result from the Contractor's operations and report spills to MCAAP's Environmental Management Office. In the case of a nonconformance, the Contractor shall respond and take corrective action based on the time schedule established by the Environmental Management Office and approved by the Contracting Officer. In addition, the Contractor shall ensure that their employees are aware of the roles and responsibilities identified by the EMS and how these requirements affect their work performed under this contract.

Prior to commencing work, all on-site Contractors shall provide documentation to the Contracting Officer that any required EPA sponsored environmental training specified for the type of work conducted has been obtained. Upon contract award, and during performance of the contract, the Contracting Officer's Representative will provide or arrange EMS training for appropriate Contractor staff.

PROHIBITED WITHIN GENERAL CONFINES OF INSTALLATION

The following are prohibited within the general confines of the McAlester Army Ammunition Plant at any time:

  1. Firearms/dangerous weapons
  2. Drugs/intoxicants
  3. Binoculars, cameras, camera equipment, cell phones and PDAs with camera capability (unless authorized by the Security Officer)
  4. Matches, lighters or other fire flame or spark producing devices in designated areas
  5. Gas cans/flammable material storage containers (unless approved by MCAAP Fire Department)
  6. Fireworks without the Commander's approval
  7. Smoking in all buildings, when handling flammable and hazardous materials, in railroad cars, trucks and vans, on warehouse docks and platforms, in open storage containing combustibles, within 50 feet of a gasoline refueling storage or drainage area, where posted signs prohibit smoking.

SECURITY Requirements - Badging

(a) Any foreign nationals without a green card will not be allowed entrance to the installation. Those individuals with a green card must be escorted within the restricted area at all times.

(b) Contractors by virtue of contract award will be given access privileges to McAlester AAP. Contractors/Sub-Contractors are required to provide security at McAlester AAP a letter of introduction for company personnel by providing the following: 1) Name; 2) Physical Address (including city and state); 3) Date of Birth; 4) Place of Birth; and 5) Whether or not they are a U.S. Citizen on company letterhead. Photo I.D. will also be required to obtain a security badge. Information shall be provided to McAlester AAP, Security Division, Attn: Ms. Ginger Maxwell, McAlester, OK 74501, ginger.a.maxwell.civ@mail.mil (Applies to contracts that require access to restricted areas).

(c) Each member of the Contractor's work force shall be individually badged at the Security Office in Building 31. The badge shall be retained and worn by the Contractor's employees throughout the contract period. (Applies to contracts that require access to restricted areas).

(d) Contractor is responsible for the turn-in of all security badges, including sub-contractors badges, daily and upon completion of the contract or termination of individual employees. (Applies to contracts that require access to restricted areas)

(e) Report lost badges to the Security Office and the KO as soon as the loss is discovered. (Applies to contracts that require access to restricted areas)

(f) Be prepared to produce security badges each time entering a security area. Temporary badges for any individual who may have forgotten his/her badge can be obtained from the Security Office. (Applies to contracts that require access in restricted areas).

SECURITY Requirements - Vehicles

(1) TRAFFIC ENFORCEMENT: (a) McAlester AAP traffic laws are enforced by the Law Enforcement and Security Division using Oklahoma state codes. All roads/streets have speed limit signs posted; (b) Traffic violations are adjudicated by the U.S. Magistrate located at McAlester AAP. Court appearances may be requested or mandatory; and (c) Radar is used to enforce traffic speed limits.

(2) INSURANCE: All vehicles entering the installation must possess the minimum insurance as required by the State of Oklahoma.

(3) VEHICLES: (a) Vehicles entering McAlester AAP, whether Contractor-owned or privately owned, shall undergo inspections and may be issued a pass if entering a restricted area. Vehicle permits for restricted areas will be issued for up to 45 days maximum. Each vehicle will be required to carry a fire extinguisher at all times; (b) Company or privately-owned vehicles, when parked, must have ignition keys removed. After duty hours, vehicles left on the installation will be parked outside restricted areas unless otherwise stipulated in the contract. Vehicles or equipment remaining inside restricted areas will be properly secured or immobilized; and (c) Contractor is solely responsible for the removal of incapacitated vehicles or equipment from restricted areas. (d) All vehicles shall be parked at least 20 meters from all buildings unless unloading or loading; and (e) The contractor can expect to be inspected at one or all of the two manned gates. The contractor should expect five to ten minute delays at each gate. In addition, to get to some of the remote areas, the contractor should expect at least a 15-minute delay both in and out to allow security to open necessary gates.

(4) RESTRICTED AREAS: Any contractor personnel granted access into restricted areas will be subject to vehicle search upon entering or leaving these areas possibility resulting in some delay. Any non-US contractor personnel granted access into restricted areas will at all times be escorted by US contractor personnel who have been properly badged and granted access. (Applies to contracts that require work in restricted areas).

RECEIVING OFFICE REQUIREMENT MCAAP

At the McAlester Army Ammunition Plant truck shipments are accepted at Warehouse 8, Receiving Office,

Monday through Thursday (except holidays) from 6:30 A.M. until 3:00 P.M. only. All shipments and deliveries must be at the main gate (truck gate) on or before 3:00 P.M. No shipments will be accepted after 3:00 P.M. unless prior arrangements have been made.

Receiving CLOSED and NOT accepting any deliveries on the following dates in 2025 and 2026.

Monday, January 16, 2025 - Martin Luther King Jr. Day

Monday, February 20, 2025 - Presidents' Day

Thursday, May 25, 2025 - Founder's Day

Monday, May 29, 2025 - Memorial Day

Monday, June 19, 2025 - Juneteenth Holiday

Monday - Tuesday July 3-4, 2025 - Independence Day Shut Down

Monday, September 4, 2025 - Labor Day

Monday, October 9, 2025 - Columbus Day

Thursday, November 9, 2025 - Veterans' Day (Observed)

Thursday, November 23, 2025 - Thanksgiving Day

Monday - Thursday, December 25-28, 2025 - Christmas Holiday Shut Down (Receiving CLOSED NO Deliveries Accepted)

Monday, January 1, 2026 - New Year's Day

Monday, January 15, 2026 - Martin Luther King Jr. Day

Any deliveries for Thursday afternoons during the months of May and June SHALL BE scheduled in advance by calling 918-420-6695 to verify that deliveries are being accepted that day.

To gain entry to the installation for shipment/delivery, delivery drivers shall have a valid driver's license, residency status documentation (green card) if foreign national, and NO outstanding criminal history. Any other occupants of the delivery vehicle must also meet these requirements.

No shipments will be accepted on government holidays.

Also reference Security Requirements if needed.

PACKING LIST

To expedite your payment, all shipments under this order shall be accompanied with packing lists or delivery tickets which shall contain the following information:

A. Name of supplier

B. Purchase order number, CLIN, and purchase request number

C. Date of order

D. Itemized list of supplies to include noun name, part number, quantity

and unit of issue.

CERTIFICATE OF CONFORMANCE/CERTIFICATE OF ANALYSIS

At time of material shipment, copies of the Certificate of Conformance and Certificate of Analysis for each batch/lot of material shipped are to accompany the shipment. Failure to do so will delay processing of payment to the contractor. The certificate must contain at a minimum the following fields of data:

(a) Manufacturer Name (Materials are qualified by manufacturer not distributor)

(b) Product Name or Description

(c) National Stock Number (If available)

(d) Specification

(e) Lot/Batch Number

(f) Manufacture Date

(g) Expiration/Re-inspection Date

(h) Analytical Data

MARKING INSTRUCTIONS

Mark all correspondence, parcels, packing slips, and invoices with the purchase order number W519TC (as appropriate) - and with the purchase requisition number (see schedule) to ensure prompt and complete payment.

HOURS OF OPERATION - MCAAP

Normal work hours are Monday through Thursday 6:30 A.M. until 5 P.M. Contractors will not be permitted to work on Fridays, Saturdays, Sundays, or legal holidays for any reason, unless otherwise approved by the Contracting Officer. The following legal holidays will be observed:

January 1st

3rd Monday of January

3rd Monday of February

Last Monday of May

July 4th

1st Monday of September

2nd Monday of October

November 11th

4th Thursday of November

December 25th

When one of the designated holidays falls on a Friday or Saturday, holiday will be observed on Thursday. If the holiday falls on a Sunday, holiday will be observed on the following Monday.

ACC-RI LOCAL INFORMATION:

CLAUSES/SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

This solicitation incorporates one or more clauses and/or solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror

may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:

https://www.acquisition.gov/far/part-52

DISCLOSURE OF UNIT PRICE INFORMATION

This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23,1987), of our intention to release unit prices of the awardee in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the Contracting Officer is

notified of your objection to such release prior to submission of initial proposals.

POST-AWARD CONFERENCE

The contractor agrees to attend any Post-Award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation subpart 42.5.

AUTHORIZED SIGNATURE

The signature on this solicitation, offer or contract should be the signature of:

(a) A Corporate Officer (President, Vice-President, Treasurer, Secretary); or,

(b) An individual authorized in writing by a Corporate Officer to bind the company to a legal

document.

Background
The Army Contracting Command - Rock Island (ACC-RI) is issuing a combined synopsis/solicitation Request for Quote (RFQ) W519TC-25-Q-1224 specifically for B&P Littleford, LLC. This contract aims to procure three (3) 600-gallon B&P Littleford Model 18 PUMM Vertical Mixer Assemblies, which are required to replace existing units at the McAlester Army Ammunition Plant (MCAAP). The award is made under the authority of 41 U.S.C. 1901 as a sole source contract due to B&P Littleford being the only responsive and responsible contractor capable of fulfilling the requirements.

Work Details
The contract includes the following deliverables:
- CLIN 0001: Three (3) units of 600-gallon B&P Littleford Model 18 PUMM Vertical Mixer Assembly.
These mixers are essential for explosive mixing operations at MCAAP, and the government will handle installation and start-up after delivery. The mixers must meet specific operational standards as outlined in the solicitation.

Period of Performance
The delivery date for the mixers is set for April 30, 2026. Early delivery is permitted but must be coordinated with the contracting office.

Place of Performance
Delivery shall be made to McAlester Army Ammunition Plant, located at 1 C Tree Road, McAlester, OK 74501.

Overview

Response Deadline
May 20, 2025, 4:00 p.m. EDT Past Due
Posted
May 6, 2025, 2:49 p.m. EDT
Set Aside
None
Place of Performance
McAlester, OK 74501 United States
Source

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Est. Value Range
$600 (value based on agency estimated range)
On 5/6/25 ACC Rock Island issued Synopsis Solicitation W519TC-25-Q-1224 for 18 PUMM Explosives Mixer due 5/20/25. The opportunity was issued full & open with NAICS 333248 and PSC 3690.
Primary Contact
Name
Adam Burgmeier   Profile
Phone
(520) 692-9908

Secondary Contact

Name
Elvia Jaggers   Profile
Phone
(571) 588-8579

Additional Contacts in Documents

Title Name Email Phone
Security Division Ginger Maxwell Profile ginger.a.maxwell.civ@mail.mil None

Documents

Posted documents for Synopsis Solicitation W519TC-25-Q-1224

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W519TC-25-Q-1224

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W519TC-25-Q-1224

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W519TC-25-Q-1224

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W519TC-25-Q-1224

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RI
FPDS Organization Code
2100-W519TC
Source Organization Code
500181913
Last Updated
June 4, 2025
Last Updated By
adam.c.burgmeier.civ@army.mil
Archive Date
June 4, 2025