Skip to content
Department of Defense

Propellant Retainer Assembly

Solicitation: W519TC-24-R-2027
Notice ID: b854f352c3eb4fe19fce9eaa46d0b353
TypeSolicitationNAICS 325920PSC1377DepartmentDepartment of DefenseAgencyDept Of The ArmyStateARPostedFeb 13, 2026, 12:00 AM UTCDueFeb 17, 2026, 06:00 PM UTCExpired

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AR. Response deadline: Feb 17, 2026. Industry: NAICS 325920 • PSC 1377.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W519TC-24-R-2027. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 325920 (last 12 months), benchmarked to sector 32.

12-month awarded value
$20,332,764
Sector total $1,406,184,590 • Share 1.4%
Live
Median
$752,722
P10–P90
$83,725$5,900,290
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($20,332,764)
Deal sizing
$752,722 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AR
Live POP
Place of performance
White Hall, Arkansas • 71602 United States
State: AR
Contracting office
Rock Island, IL • 61299-0000 USA

Incumbent & Expiration Tracking

Incumbent
Not available
Data source
Not detected
Contract expiration
Not available
No expiration data
Capture records and source attachments to track incumbent rollover timing.

Competitive Heat Score

Bid pressure estimate
40/100
Medium

Moderate competition signal. Standard qualification and pricing discipline should hold.

  • Deadline status: Notice is already expired.
  • Competition pool: Open competition (no set-aside detected).
  • Market crowding: 6 nearby NAICS matches found.

Point of Contact

Name
MichelleAnn Hulett
Email
michelleann.g.hulett.civ@army.mil
Phone
Not available
Name
Bethany Carbajal
Email
bethany.n.carbajal.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RI • W6QK ACC-RI
Contracting Office Address
Rock Island, IL
61299-0000 USA

More in NAICS 325920

Description

UPDATE: Amendment 0005 has been posted to Solicitaiton W519TC-24-R-2027. The solicitaion closing date has been extended to close 13 February 2026 at 12:00pm. Please see the attached solicitation amendment and attachments for more information. 

UPDATE: Amendment 0004 has been posted to Solicitation W519TC-24-R-2027. Please see the attached solicitation amendment for more information.

Army Contracting Command - Rock Island (ACC-RI) has a requirement for the supply of Propellant Retainer Assemblies to Pine Bluff Arsenal. This solicitation is posted in accordance with FAR Part 15, Contracting by Negotiation. 

This solicitation is to result in a five year Firm Fixed Price Indefinite Delivery Indefinite Quantity contract to the offeror whose proposal is responsive and adheres to all the terms and conditions of the solicitation with the lowest priced techincally acceptable proposal. 

Please see the solicitation and attachments for more information . 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 15, 2026
Executive summary

ACC-RI is soliciting under FAR Part 15 for the supply of Propellant Retainer Assemblies to Pine Bluff Arsenal under Solicitation W519TC-24-R-2027. The acquisition is intended to award a five-year Firm-Fixed-Price IDIQ contract using a Lowest Priced Technically Acceptable (LPTA) basis. The notice indicates multiple amendments (at least Amendment 0004 and 0005), and Amendment 0005 extended the closing date per the description text. Given the LPTA structure and IDIQ vehicle, bidders should focus on strict compliance to solicitation requirements and delivering a clearly acceptable technical/quality approach while maintaining a defensible low unit price across the ordering period.

What the buyer is trying to do

Establish a five-year FFP IDIQ source of supply for Propellant Retainer Assemblies to support Pine Bluff Arsenal, selecting the lowest-priced proposal that is technically acceptable and fully compliant with all solicitation terms, conditions, and amendment updates (notably Amendments 0004 and 0005).

Work breakdown
  • Review Solicitation W519TC-24-R-2027 and all posted amendments (explicitly including Amendment 0004 and Amendment 0005) and incorporate changes into the final offer.
  • Confirm ability to manufacture/supply Propellant Retainer Assemblies to Pine Bluff Arsenal under an IDIQ ordering model for up to five years.
  • Develop LPTA-compliant technical submission demonstrating acceptability (processes, quality controls, and any required technical data per solicitation attachments).
  • Prepare pricing for a Firm-Fixed-Price IDIQ (unit prices and any required CLIN structure per the solicitation).
  • Prepare required representations/certifications and complete all required proposal forms included in the solicitation attachments.
  • Plan order fulfillment logistics to Pine Bluff Arsenal consistent with the solicitation delivery/packaging requirements (as specified in attachments).
  • Submit proposal by the response deadline stated in the notice (2026-02-17T18:00:00+00:00) while verifying the actual closing time/date in Amendment 0005, which the description text states was extended.
Response package checklist
  • Signed acknowledgement of all amendments (including Amendment 0004 and Amendment 0005) as required by the solicitation.
  • Completed solicitation pricing schedule/CLIN pricing for the FFP IDIQ (as structured in the solicitation attachments).
  • Technical acceptability response addressing all Propellant Retainer Assembly requirements referenced in the solicitation/attachments.
  • Any required quality/inspection plan or compliance statements required by the solicitation.
  • Delivery/ordering approach narrative aligned to an IDIQ model (ordering lead times, production capacity, and surge approach if requested by the solicitation).
  • Completed FAR/agency representations and certifications required by the solicitation package.
  • Any required past performance information, if requested in the solicitation (not stated in the notice text—verify in attachments).
  • Final proposal submission packaged and labeled exactly per instructions in the solicitation and amendments.
Suggested keywords
W519TC-24-R-2027Propellant Retainer AssemblyACC-RIArmy Contracting Command Rock IslandPine Bluff ArsenalFAR Part 15LPTALowest Priced Technically AcceptableFFP IDIQPSC 1377NAICS 325920Amendment 0005Amendment 0004
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Exact technical specifications/drawings, quantities/CLIN structure, delivery terms, and proposal instructions are only in the solicitation attachments/amendments and are not provided in the brief.
  • Authoritative proposal due date/time is unclear due to mismatch between the notice metadata deadline and the description text statement about Amendment 0005.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.