Precision Grenadier System Prototype Project Opportunity (PPON)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army (ACC-PICA) has issued a Prototype Project Opportunity Notice (PPON) for a Precision Grenadier System (PGS) under the authority of 10 U.S.C. § 4022. This initiative seeks proposals for up to two prototype Other Transaction Agreements (OTAs) to develop a PGS that integrates a man-portable weapon, fire control, and a family of ammunition. The system is intended to address capability gaps for Counter Defilade Target Engagement (CDTE) out to 500 meters and Counter-small Unmanned Aerial Systems (C-sUAS). Proposals are due by May 11, 2026, at 1:00 PM EST.
Scope of Work
Selected performers will develop prototype PGS, including approximately 16 weapons, 28 fire controls, and 25,400 rounds of ammunition (Training Practice, CDTE, C-sUAS, and Close Quarters Battle). Deliverables also include spare parts, test barrels, tools/gauges/accessories, engineering support, and comprehensive Technical Data Packages (TDPs) for the weapon, fire control, and ammunition. Compliance with safety, environmental, and security requirements is mandatory.
Contract & Timeline
- Type: Up to two competitive fixed-amount Other Transaction Agreements (OTAs).
- Authority: 10 U.S.C. § 4022.
- Duration: Each OTA is estimated for up to four years.
- Potential Follow-on: The agreement explicitly allows for potential follow-on production award(s) without further competition, estimated at $255,531,000 for up to 11,000 weapons and 15,000,000 rounds of ammunition.
- Response Due: May 11, 2026, 1:00 PM EST.
- Published: April 3, 2026.
Eligibility & Evaluation
Offerors must meet one of four conditions to be considered for award, as detailed in Attachment 19 - Business Status Certification: significant participation by a nontraditional defense contractor or nonprofit research institution; all significant participants being small businesses or nontraditional defense contractors; at least one-third of the total cost paid from non-Federal Government sources; or an agency determination of exceptional circumstances. Offerors must have a DUNS number and be registered in SAM. Proposals will be evaluated based on five factors: Concept Feasibility (most important), Proposed Threshold Requirements, Special License Agreements, Integrated Master Schedule, and Price (least important). Offerors may submit up to two proposals.
Key Requirements & Attachments
Bidders must complete Attachment 19 - Business Status Certification and Attachment 21 - Accounting System Questionnaire (if no prior DCAA approval). Access to sensitive technical data requires completion of the Technical Data Request Questionnaire (AMSTA-AR 1350), DD Form 2345 (Militarily Critical Technical Data Agreement), and a Non-Disclosure Non-Use Agreement. Review Attachments 16, 17, 18 (Sample SLAs) for data rights. Pricing must be submitted using Attachment 4 - Pricing, noting that proposed cost share is not used in price evaluation. Attachment 11 - Security Information Requirements details compliance for CUI, NIST SP 800-171, and other security protocols. Attachments 3, 6, 7, 9 outline delivery schedules and extensive prototype testing procedures.
Contact Information
For inquiries, contact Laura Burgos-Magidson at laura.e.burgos-magidson.civ@army.mil.