Search Contract Opportunities

M039 40 pound (lb.) Cratering Charge   3

ID: W519TC-25-D-0008 • Type: Award Notice

Description

a. Request for Proposal (RFP) W519TC-23-R-0011 is issued in accordance 10 U.S.C. 2304(c)(3) as implemented by Federal Acquisition Regulation (FAR) 6.302-3(b)(1)(i), Industrial mobilization; engineering, developmental, or research capability; or expert services. Therefore, this RFP is restricted to American Ordnance, LLC as the operating contractor of the Iowa Army Ammunition Plant. As a result of this solicitation, the U.S. Government intends to award a five-year, firm-fixed-price, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract on a sole source basis to AO, subject to AO determined to be a responsible contractor and the Contracting Officer's determination that AO's price(s) is/are fair and reasonable.

i. In addition to the M039 itself, Comp HBX H-6 explosive is restricted to the U.S. and Canada.

ii. The ordering periods are provided below (actual dates will be provided at time of contract award):

Ordering Period 1: Date of Award - 365 Days after Award (DAA)
Ordering Period 2: 366 DAA - 730 DAA
Ordering Period 3: 731 DAA - 1095 DAA
Ordering Period 4: 1096 DAA - 1460 DAA
Ordering Period 5: 1461 DAA - 1825 DAA

iii. ACC-RI is the only contracting activity authorized to issue delivery orders under any resultant contract.

b. The item solicited for is the M039 40lb Cratering Charge (CLIN 0002).

c. The guaranteed minimum quantity for this procurement is 1,000 each M039 40lb Cratering Charge units which will be issued at or near the time of basic contract award. After the minimum quantity has been satisfied, the Government has no obligation to order
additional quantity under the IDIQ contract. The maximum quantity that may be procured under the resultant contract is 75,000 each.

d. Information included in Section B is for identification only. AO is required to complete and submit the "Price Matrix M039"
identified as Attachment 0001 in Section J. AO shall complete this Price Matrix in accordance with the instructions in Section L.

e. First Article Test (FAT) is required.
i. A FAT Plan shall be submitted 120 days after contract award. The Government shall provide a response within 30 days of
receipt. If further revisions are necessary, the contractor shall resubmit within 15 days and the Government will provide a
response within 15 days. Reference CDRL A010.

ii. The FAT Report (CLIN 0001) is due 270 days from delivery order issuance. The Government has 30 days from receipt of FAT
report(s) to provide disposition on the FAT. See Sections E and I, and CDRL A011.

iii. FAT costs are required to be proposed for each ordering period. AO should not assume FAT will be waived should continuous
production not occur throughout the life of the contract, and must propose FAT costs as requested in Section L. The Government
reserves the right to require or waive FAT throughout the life of the contract. Offerors should price FAT on the M039 Price Matrix
to reflect the total price of a complete FAT that would be required for the start of production. Any other FATs that may be
required throughout the life of the contract (component, subassembly, assembly, etc.), will be considered on an as-needed basis and should not be included in AO's FAT or unit prices on the M039 Price Matrix.

f. Prior approval of Contract Data Requirements List (CDRLs), (i.e., OPSEC Plan, QPP, PCP, AIE, ADC, etc.) on other Government
contracts does NOT guarantee roll-over approval of CDRLs on any award resulting from this RFP. All CDRLs and solicitation
provisions/contract clauses must be flowed down to and met by subcontractors and vendors at all tiers.

g. Clauses and provisions from the FAR and supplements thereto are incorporated into this document by reference and in full text.
Those incorporated by reference have the same force and effect as if they were given in full text.

h. Delivery: As part of its proposal response, AO shall specify a minimum monthly delivery rate it is capable of meeting, with
deliveries for each order to commence no later than 360 days after delivery order award if issued with FAT, or no later than 180 days after delivery order award if issued without FAT. Early delivery of contract requirements shall be acceptable at no additional cost to the Government, provided prior coordination and approval by the Contracting Officer in support of early delivery is secured.

i. Transportation terms: Free On Board (F.O.B.) Origin, see Section F. The applicable Destination/Ship-to Address(es) and
Transportation Account Code (TAC) to be designated under each individual delivery order.

j. Government-furnished Material (GFM):

i. Pursuant to the Government Property clause, FAR 52.245-1, in Section I of this solicitation, the Government shall furnish
F.O.B. contractor's place of performance the Government-owned property listed below for use in the performance of the contract.
(a) COMP B, NSN 1376-00-628-3306
(b) COMP D2 WAX, NSN 1376-00-628-3323

ii. The Government intends to start shipping GFM in September 2023. The initial planned GFM schedule is as follows:

Nomenclature SEP2023 OCT2023 NOV2023 DEC2023
COMP B 73,000 lbs. 72,995 lbs. 73,000 lbs.
COMP D2 WAX 5,200 lbs. 5,000 lbs. 4,990 lbs.

iii. The 73,000 lbs. of COMP B listed in the above table under column "DEC2023" shall be transferred over to this contract before
the expiration of the interim storage contract at IAAAP (projected to expire December 2023) at no cost to the Government.

k. AO shall submit and negotiate a Small Business Subcontracting Plan as required by FAR 19.7 (FAR Clause 52.219-9, Small Business Subcontracting Plan).

l. AO is cautioned to ensure its proposal is fully complete, including all fill-ins and blanks in the RFP. If fill-ins are not
applicable, please indicate "N/A." Please follow Section L Instructions, Conditions, and Notices to Offerors carefully to ensure that
any proposal submitted in response to this solicitation and any amendments, if applicable, includes all proposal requirements of the
solicitation.

m. AO may submit any questions via email to the Procuring Contracting Officer (PCO), Mrs. Megan Kirby, megan.m.kirby.civ@army.mil,
and Contract Specialist, Mr. Shawn Kerr, shawn.e.kerr6.civ@army.mil, until 1500 Central Time on March 6, 2023.

n. Proposal Submission:

i. The closing date and time for receipt of proposal is 1200 Central Time on March 20, 2023.

ii. Proposals shall be submitted electronically to the Contract Specialist, Mr. Shawn Kerr, shawn.e.kerr6.civ@army.mil, and the
PCO, Mrs. Megan Kirby, megan.m.kirby.civ@army.mil.

iii. By submitting a proposal, AO agrees by submission that its proposal and the prices contained therein will be valid for 250
days after receipt of the proposal.

iv. Proposals and any proposal revisions, if necessary, shall be submitted in strict accordance with the instructions set forth in
this solicitation. The Government must be able to access information along with any submitted changes within proposals readily and easily, and will not be responsible for not being able to view necessary information that was not submitted in accordance with the instructions set forth in the solicitation and attachments.

o. Proposal evaluation shall be in accordance with the evaluation guidelines and specific evaluation procedures within this
solicitation.

p. The M039 is considered a hazardous item. At a minimum, a safety and security pre-award survey may be required prior to awarding a contract.

q. The Government anticipates conducting a post-award conference for the contract resulting from this solicitation. It is expected
that the contractor will be responsible for hosting the post-award conference. Hosting is defined as securing meeting facilities for up
to approximately 20 participants, and ensuring presentation equipment is available.

r. In the event that a discrepancy between any statements in Narrative A and another section of the RFP exists, the other sections
take precedence.

s. This RFP should not be discussed with any U.S. Government employee except the Contracting Officer, Ms. Megan Kirby, or her
representative, Mr. Shawn Kerr. Any formal communications such as request for clarifications, discussions/negotiations, and/or
information concerning this RFP should be submitted in writing to Mr. Kerr at shawn.e.kerr6.civ@army.mil. Please indicate the RFP
number, W519TC-23-R-0011, in the subject line.

Overview

Award ID
W519TC-25-D-0008
Reported Award
$68,457,106
Award Date
March 4, 2025
Posted
March 7, 2025, 8:41 a.m. EST
Set Aside
None
Place of Performance
Middletown, IA 52638 United States
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Vehicle Type
Indefinite Delivery Contract
M039 40 pound (lb.) Cratering Charge (W519TC-25-D-0008) was awarded to American Ordnance on 3/7/25 by ACC Rock Island.

NATO Stock Number

Details for included NSNs

Item Name
HIGH EXPLOSIVE MATERIAL
NIIN
006283306
Standard Unit Price (DLA)
$13.77

Item Name
HIGH EXPLOSIVE MATERIAL
NIIN
006283323
Standard Unit Price (DLA)
$1.48
Primary Contact
Name
Megan Kirby   Profile
Phone
(571) 588-8582

Secondary Contact

Name
Shawn Kerr   Profile
Phone
(520) 692-9942

Documents

Posted documents for Award Notice W519TC-25-D-0008

Question & Answer

Opportunity Lifecycle

Procurement notices related to Award Notice W519TC-25-D-0008

Award Notifications

Agency published notification of awards for Award Notice W519TC-25-D-0008

Similar Active Opportunities

Open contract opportunities similar to Award Notice W519TC-25-D-0008

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
April 8, 2025
Last Updated By
shawn.e.kerr6.civ@army.mil
Archive Date
April 8, 2025