Skip to content
Department of Defense

DRAFT Solicitation W519TC-26-R-001 for Special Ammunition and Weapons Systems and Non-NATO Commercial Ammunition

Solicitation: W519TC26R0001-DRAFT
Notice ID: ce43c3f0130942c18c27bdf6b4674a47
TypeSolicitationNAICS 332993PSC1395DepartmentDepartment of DefenseAgencyDept Of The ArmyPostedMar 17, 2026, 12:00 AM UTCDueApr 08, 2026, 08:00 PM UTCCloses in 22 days

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: N/A • Unknown. Response deadline: Apr 08, 2026. Industry: NAICS 332993 • PSC 1395.

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: W519TC26R0001-DRAFT. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 332993 (last 12 months), benchmarked to sector 33.

12-month awarded value
$545,328,463
Sector total $24,478,476,845 • Share 2.2%
Live
Median
$261,115,250
P10–P90
$91,423,050$430,807,450
Volatility
Volatile130%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($545,328,463)
Deal sizing
$261,115,250 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 →
Live POP
Place of performance
N/A • Unknown
Contracting office
Rock Island, IL • 61299-0000 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Logan Frye
Email
logan.e.frye.civ@army.mil
Phone
Not available
Name
Lana Graw
Email
lana.r.graw.civ@army.mil
Phone
(520) 693-0286

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 332993

Description

NOTICE:

This is a Draft Request for Proposal (RFP). The purpose of this document is to provide industry with a general understanding of the requirements of this acquisition and to obtain industry feedback on its content prior to release of the formal RFP. The United States Government (USG) is not utilizing this document to negotiate or solicit proposals, and the issuance of this Draft RFP does not bind the Government in any way. Portions of this Draft RFP are subject to change. Please note the terms RFP and solicitation will be used interchangeably throughout this document. Unless specified, the number of days for all submissions required by the resulting contract shall be calendar days.

GENERAL INFORMATION:

The Army Contracting Command – Rock Island (ACC-RI) and the U.S. Army, Product Lead Special Ammunition and Weapon Systems (PdL SAWS) herein issues draft Solicitation W519TC-26-R-0001. This is for the procurement of Special Ammunition and Weapon Systems (SAWS) and NATO non-standard ammunition (NSA). This is in support of the Department of War (DoW), other USG Agencies, foreign Governments, and international organizations.

SAWS: Ammunition and mortar weapons systems not safety tested or type classified for U.S. Army use. These are mainly for non-U.S. weapon systems and are often produced by Former Soviet Union (FSU) or Eastern Bloc countries.

CONTRACT AND AWARD DETAILS:

Contract Type: The USG anticipates making multiple-award, Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts.

Source Selection: A Highest Technically Rated Offeror (HTRO) source selection approach will be utilized. This is referenced in the DOD Source Selection Guide (para 1.3.1.5) and will be conducted in accordance with FAR Part 15.101-1, DoD Source Selection Procedures, and the Army Source Selection Supplement.

Technical Experience Evaluation: Offeror(s) are required to evaluate their own technical experience using a predetermined questionnaire and self-scoring matrix. Offeror(s) must also submit documentation detailing relevant past technical experience as either a prime contractor or a sub-contractor, along with examples of this experience.

DRAFT HTRO SCORING MATRIX:

The USG is implementing a streamlined and objective process called the Highest Technically Rated Offeror (HTRO). This method prioritizes technical capability to ensure the USG partners with the most capable Prime Contractors. The HTRO process is the source selection methodology the USG will use to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The HTRO process will identify the most qualified Prime Contractors for base contract awards, who will then compete on individual delivery orders in accordance with fair opportunity procedures in FAR 16.505.

Posted is a draft Attachment 0008 - Highest Technically Rated Offeror (HTRO) Self-Scoring Matrix, in support of the requirement for Special Ammunition and Weapons Systems (SAWS), W519TC-25-R-0001.

Reference the attached video Attachment 0009 - SAWS HTRO Overview, explaining the HTRO method and how it will allow the USG to get proven capabilities quickly, and for Offerors to get a clear, fair, and efficient path to a contract.

The purpose of providing the draft HTRO Matrix is to obtain any industry comments, feedback or questions prior to releasing the Final SAWS RFP W519TC-25-R-0001. The USG is not utilizing any of the materials being released to negotiate or solicit proposals, and the issuance of these documents does not serve to bind the USG in any way. The information provided is subject to change.

The USG is seeking industry feedback on the attached draft to ensure its effectiveness. Please identify which elements are too difficult to achieve, might be too simple, and/or ways to improve the matrix. The USG welcomes any questions.

This is the draft, and the USG intends to have additional drafts of this RFP prior to release of the final solicitation.

All questions and feedback regarding this Draft RFP shall be submitted no later than 1500 CST April 8, 2026 using the following link:
https://forms.osi.apps.mil/r/pyTLHnsisF

The following draft attachments are being released with this post:

DRAFT SAWS RFP W519TC-26-R-0001

0001    SAWS Federal Supply Classification (FSC) Item List
0002    SAWS IDIQ SOW - DRAFT
0003    General Spec for PdL-SAWS General Ammunition
0004    General Spec for PdL-SAWS Small Caliber Ammunition
0005    General Spec for PdL-SAWS Mortar Ammunition
0006    General Spec for PdL-SAWS Rocket Spin Stabilized Grenades
0007    General Spec for PdL-SAWS Mortar Weapons
0008    HTRO Self-Scoring Matrix - DRAFT
0009    SAWS HTRO Overview Video
0015    Security Statement of Work (SOW) - Security Risk Categories I – IV AA&E and SRC I – III Missiles and Rockets
0017    SAWS Safety Statement of Work (SOW)
0018    Ammunition and Explosives (AA&E) Suppliers
Exhibit A    Contract Data Requirements List (CDRL)

Files

Files size/type shown when available.

BidPulsar Analysis

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

Analysis is being generated for this notice. Check back shortly.

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.