Search Contract Opportunities

RFP W15QKN-25-R-0011 for 40mm NRE   2

ID: W15QKN25R0011 • Type: Solicitation
Question & Answer 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
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

Posted: July 25, 2025, 9:57 a.m. EDT
The purpose of Amendment 0006 to update Section J Attachment 0007 Price Matrix and to update minor changes in Sections L and M. The purpose of Amendment 0005 is to answer questions received from industry. Sections L and M of the RFP have been updated accordingly. The purpose of Amendment 0004 is to answer a question from industry and provide clarification that Attachment 0001 Past Performance Questionnaire is due on 28 July 2025. Attachment 0001 has been updated accordingly. The purpose of Amendment 0003 is to update the proposal due date and time to 28 July 2025 at 5:00pm EST. The purpose of Amendment 0002 is: 1. To answer a question from Industry as found below: Question: Question regarding the subject solicitation will having a different NAICS code than the 332993 specified disqualify us from writing to the 40mm NRE solicitation? We recognize 332993 is ammunition manufacturing but believe we only list 541330 (Engineering Services), 332721 (Precision Turned Product Manufacturing), 332994 (Small Arms, Ordnance, and Ordnance Accessories Manufacturing), and 332999 (All Other Miscellaneous Fabricated Metal Product Manufacturing) in SAM for us. Are any of those codes acceptable? Answer: The primary NAICS code assigned to RFP W15QKN-25-R-0011 is 332993. To do business with the U.S. Government contractors must be registered in the System for Award Management (SAM). When registering in SAM.gov, a company must specifically designate the applicable NAICS codes that the company has experience and capabilities to perform the work. An Offeror must accurately represent their business capabilities by selecting the appropriate NAICS code in their respective SAM registration. An Offeror can certify update their SAM registration as necessary, however, representation under NAICS 332993 must be done for this acquisition.2. To update the Statement of Work (SOW) Paragraph 2.0 to include the following sentence: The Government will determine if copies of the TDPs will be distributed based on specific order (delivery or task) requirements. 3. To cancel Amendment 0001 to this RFP. TDPs will not be applicable to the base contract and may apply on an order by order basis. Offerors do not need to provide signed 1350, DD2345 or NDAs as a response to the solicitation. If a TDP applies on an order basis, then the resultant contractor will need to provide those documents as part of the order. The purpose of this Amendment 0001 is answer a question received from industry. Question: Please advise how to obtain access to the subject TDP. Answer: As stated on page 2 of 113 of the RFP, to obtain these documents, Offerors are required to submit an AMSTA-AR 1350 Technical Data Request Questionnaire (Attachment 0006), a DD2345 Military Critical Technical Data Agreement (Attachment 0005), and a fully executed Non-Disclosure and Non-Use Agreement (Attachment 0002), all of which are included as attachments to this Request for Proposal (RFP), to the Contracting Officer, Jennifer M. Rustwick, jennifer.m.rustwick.civ@army.mil and Contract Specialist, Kyle Frank, kyle.g.frank.civ@army.mil. The Army Contracting Command (ACC) New Jersey - Picatinny, on behalf of the Project Manager for Maneuver Ammunition Systems (PM-MAS), is issuing a Request for Proposal (RFP) under W15QKN-25-R-0011 for 40mm Non Recurring Engineering (NRE) grenade ammunition. The Government intends to award a single, 5- year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, broken out into five 1-year ordering periods. Orders will be either Firm Fixed Price (FFP) or Cost-Plus Fixed Fee (CPFF), depending on the nature of the requirement. Load, Assemble and Pack (LAP) shall occur within the United States, its outlying areas, or Canada. The Metal Cartridge Cases and Fuzes shall be produced within the United States, its outlying areas, or Canada. This effort is also found within sam.gov.
Posted: July 17, 2025, 12:49 p.m. EDT
Posted: June 26, 2025, 2:00 p.m. EDT
Posted: June 17, 2025, 11:13 a.m. EDT
Posted: June 12, 2025, 11:07 a.m. EDT
Posted: June 3, 2025, 8:14 a.m. EDT
Posted: May 28, 2025, 1:43 p.m. EDT
Background
The Army Contracting Command (ACC) New Jersey - Picatinny, on behalf of the Project Manager for Maneuver Ammunition Systems (PM-MAS), is issuing a Request for Proposal (RFP) for 40mm Non Recurring Engineering (NRE) grenade ammunition.

The purpose of this program is to meet the integration, fabrication, and testing support requirements for 40mm grenade ammunition. The objectives include assessing enhanced lethality and accuracy technologies, improving production capabilities, and better life cycle management for 40mm ammunition. This contract aims to provide all necessary labor, materials, supplies, services, facilities, and equipment to fulfill these requirements.

Work Details
The contract involves the manufacture and delivery of 40mm Non Recurring Engineering (NRE) grenade ammunition. Specific tasks include:
- Fabrication and assembly of standard and improved 40mm grenade ammunition and components.
- Loading of propellant and explosives.
- Testing of propellant and explosives.
- Design and fabrication of manufacturing tools and assembly/test equipment.
- Conducting ballistic and static testing of both high velocity and low velocity 40mm grenade ammunition.

The contractor will be responsible for ensuring that all products meet Government owned Technical Data Packages, drawings, and specifications.

Period of Performance
The contract will be awarded as a single 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract with five 1-year ordering periods.

Place of Performance
All work related to the Load, Assemble and Pack (LAP) shall occur within the United States, its outlying areas, or Canada.

Overview

Response Deadline
July 28, 2025, 5:00 p.m. EDT (original: June 27, 2025, 5:00 p.m. EDT) Past Due
Posted
May 28, 2025, 1:43 p.m. EDT (updated: July 25, 2025, 9:57 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Cost Plus Fixed Fee; Fixed Price;
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 5/28/25 ACC Picatinny issued Solicitation W15QKN25R0011 for RFP W15QKN-25-R-0011 for 40mm NRE due 7/28/25. The opportunity was issued full & open with NAICS 332993 and PSC 1310.
Primary Contact
Name
Jennifer Rustwick   Profile
Phone
(520) 669-8593

Secondary Contact

Name
Kyle Frank   Profile
Phone
None

Documents

Posted documents for Solicitation W15QKN25R0011

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W15QKN25R0011

Incumbent or Similar Awards

Contracts Similar to Solicitation W15QKN25R0011

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W15QKN25R0011

Similar Active Opportunities

Open contract opportunities similar to Solicitation W15QKN25R0011

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-NJ
FPDS Organization Code
2100-W15QKN
Source Organization Code
500045967
Last Updated
July 25, 2025
Last Updated By
jennifer.m.rustwick.civ@army.mil
Archive Date
July 25, 2026