Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2026 SAM #8844
SOURCES SOUGHT

13 -- Inert Warhead for Reduced Range Practice Rocket (RRPR) FY26-FY28

Notice Date
2/10/2026 9:03:44 AM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-26-R-0013
 
Response Due
3/2/2026 2:00:00 PM
 
Archive Date
03/17/2026
 
Point of Contact
Monica Clemons, Phone: 5206748213, Allison Beason, Phone: 520-674-8102
 
E-Mail Address
monica.e.clemons.civ@army.mil, allison.c.beason.civ@army.mil
(monica.e.clemons.civ@army.mil, allison.c.beason.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought Amendment 0002 - Interested offerors need to provide CAGE code and submit request for access through the sam.gov website to request access to secured documents. The Government will review the National Industrial Security System (NISS) to confirm if the company network/system is authorized to house CUI information. Interested offerors may also submit a signed DD2345 to demonstrate approval to access CUI information. The United States Government (USG) will deny access to drawing information to companies that are not approved to access and house CUI information. Sources Sought Amendment 0001 - Interested offerors only need to provide CAGE code and submit request for access through the sam.gov website to request access to secured documents. The Government will review the National Industrial Security System (NISS) to confirm if the company network/system is authorized to house CUI information. The United States Government (USG) will deny access to drawing information to companies that are not approved by DCSA to house CUI information. Original Announcement The Army Contracting Command � Redstone Arsenal hereby issues the following Sources Sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the follow-on contract of Inert Warheads for the Reduced Range Practice Rocket (RRPR), M28A2 in support of the United States Army Field Artillery training needs. Disclaimer: �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), OR REQUEST FOR QUOTE (RFQ). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFQ, IFB, OR RFP. IF A SOLICITATION IS RELEASED, IT WIL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� Background: The United States (U.S.) Army Field Artillery community has identified a training need for Multiple Launch Rocket System (MLRS) practice rockets. The RRPR M28A2 is a cost-effective solution to that need. An inert warhead is mated to the same rocket motor assembly used on the M26 Tactical Rocket to provide MLRS batteries with an opportunity to train with a rocket pad that has the same properties as the tactical pod and to experience the same effects of firing a tactical rocket, but at reduced ranges. Required Capabilities: The Army Contracting Command � Redstone (ACC-RSA) anticipates awarding a contract as a total small business set-aside to manufacture Inert Warhead, Part Number 13540611, for the Reduced Range Practice Rocket (RRPR) M28A2. The estimated period of performance consists of base award plus two (2), one-year options. Each year of this procurement will have a minimum of 2,000 warheads and a maximum of 6,800 warheads. The first delivery will be a maximum of 180 days after the date of contract award. For OY1 and OY2, the Government will provide written notice to the Contractor within 30 days prior to award of the option year. Actual delivery dates will be determined at the time of contract award. Details of the requirement for this announcement are included in the Statement of Work (SOW). The drawings associated with this announcement and the anticipated solicitation contain Controlled Unclassified Information (CUI) with designations of DoD Critical Infrastructure Security Information and Controlled Technical Information and subject to the Export Control Reform Act of 2018 (Title 50, U.S.C., Chapter 58, Sec. 4801-4852). Distribution of the drawings are authorized only to the Department of War (DoW) and U.S. DoW Contractors and shall only be disseminated in accordance with provisions of DoW Directive 5230.25. Interested parties are required to be able to transmit CUI data in accordance with U.S. Government data encryption requirements at the time of this announcement to receive the drawing information and shall provide CAGE codes and a letter of accreditation from the Defense Counterintelligence and Security Agency (DCSA) confirming their network/system is able to house CUI information. The United States Government (USG) will deny access to drawing information to companies that fail to provide a CAGE code and demonstrate DCSA approval to house CUI information. Requests for drawings shall be referred to Monica Clemons, Contracting Officer, monica.e.clemons.civ@army.mil and Allison Beason, Contract Specialist, allison.c.beason.civ@army.mil. The anticipated solicitation will also contain DFARS clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting and 252.204-7020, NIST SP 800-171 DoD Assessment Requirements. Interested parties will be required to have a current CMMC status at CMMC Level 2 or higher prior to award. If your organization has the potential capacity to perform these contract services, please provide the following information in a capabilities statement: Company name, company address, overnight delivery address (if different from mailing address), Commercial and Government Entity (CAGE) Code, point of contact, e-mail address, and telephone number. Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc�). DCSA accreditation letter for applicable system showing company is able to house CUI information. Tailored capacity statement addressing the particulars of this effort; and provide a description of similar services offered to the U.S. Government and/or to commercial customers for the past three years. Max monthly production capacity/quantities of Inert Warheads. Ability to meet American Welding Society (AWS) D17.1/D17.1M: 2017 Class C Fusion Welding to include personnel certification and training status. Ability to establish a quality management system in compliance to International Organization for Standardization (ISO) certification ISO 9001 or AS9100. Time required after receipt of delivery order before a First Article Inspection (FAI) and Production Line Validation (PLV) could be conducted. Time required after receipt of a delivery order at max monthly production capacity for first delivery to be completed. Additional Information and Submission Details (Capabilities Statement): Interested parties are requested to submit a capabilities statement of no more than ten (10) pages length, Times New Roman font of not less than 10 pitch in either Microsoft Word or Portable Document Format (PDF). Confirmation of DSCA Accreditation is due to the POC(s) below by 4 pm, CST, 5 February 2026, in order to provide the required CUI attachments prior to the final response date. Questions for this request are due by 4 pm, CST 12 February 2026. The deadline for response to this request is no later than 4 pm, CST, 2 March 2026. All responses under this Sources Sought Notice must be electronically mailed (e-mailed) to Monica Clemons, Contracting Officer, monica.e.clemons.civ@army.mil and Allison Beason, Contract Specialist, allison.c.beason.civ@army.mil. Documentation provided must address at a minimum the following items: What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before? If so, provide details. What specific technical skills does your company possess which ensure capability to perform the tasks? Briefly discuss previous teaming arrangements on your most challenging tasks that provide sufficient detail for the Government to understand the scope and complexity of the accomplished tasks. Quantify the magnitude of the effort, for example: number of full-time equivalents of the prime, total ceiling price, current obligation amount, and the number of subcontractors and their respective business size. Please note that under Small-Business Set-Aside, in accordance with Federal Acquisition Regulation (FAR) 52.219-14, (Class Deviation 2021-O0008, Revision 1, Limitations on Subcontracting for Small Business (dated 9/10/21, revised 2/15/23)) the small business prime and their similarly situated subcontractors must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s intent to perform as the prime contractor and/or partner with similarly situated subcontracts to perform at least 50% of the tasking described in this draft SOW. In your response, please annotate the SOW paragraphs the prime an the similarly situated subcontractors will perform. Do you or your planned subcontractors anticipate any conflicts of interest that would require mitigation prior to award? What experience does your company have handling CUI and meeting the guidance and recommendations found in the National Institute of Standards and Technology (NIST) Special Publications 800-171, 800-171A, 800-172, and 800-172A? All responses shall be unclassified. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Contract Specialist and Contracting Officer identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Attachments (SOW, CDRL, DSL, and supporting drawings) are available upon request from the POC(s) listed below once DCSA accreditation is provided.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/15735d951fac4cb78bf660aec76db952/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07712127-F 20260212/260210230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.