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 the Precision Grenadier System (PGS) under the authority of 10 U.S.C. § 4022. This opportunity seeks proposals for the development of up to two prototype Other Transaction Agreements (OTAs) to address a critical capability gap for Counter Defilade Target Engagement (CDTE) out to 500 meters and Counter-small Unmanned Aerial Systems (C-sUAS). The PGS will integrate a man-portable weapon, fire control, and a family of ammunition. Proposals are due May 11, 2026, at 1:00 PM EST.
Scope of Work
The selected offerors will develop prototype PGS, including approximately 16 weapons, 28 fire controls, and 25,400 rounds of ammunition (comprising Training Practice, Counter Defilade, Counter-sUAS, and Close Quarters Battle types). Deliverables also include spare parts, test barrels, tools/gauges/accessories, and engineering support. A key requirement is the development of Technical Data Packages (TDPs) for the weapon, fire control, and ammunition. The effort involves program management, iterative prototyping, and compliance with safety, environmental, and security requirements. Extensive testing, including user acceptance (Soldier Touchpoint) and operational effectiveness evaluations, is outlined.
Contract & Timeline
This is a solicitation for up to two competitive fixed-amount Other Transaction Agreements (OTAs), each with an estimated duration of up to four years. The opportunity carries the potential for follow-on production award(s) without further competition, with an estimated value of $255,531,000 for up to 11,000 weapons and 15,000,000 rounds of ammunition, plus spare parts and engineering support. The PPON was published on April 2, 2026, with proposals due by May 11, 2026, 1:00 PM EST.
Eligibility & Set-Aside
As a prototype project under 10 U.S.C. § 4022, offerors must meet one of the following conditions to be considered for award:
- At least one nontraditional defense contractor or nonprofit research institution participating significantly.
- All significant participants are small businesses or nontraditional defense contractors.
- At least one-third of the total prototype project cost is paid from non-Federal Government sources.
- Agency determination of exceptional circumstances justifying innovative business arrangements. Offerors must also possess a DUNS number and be registered in SAM.
Evaluation Factors
Proposals will be evaluated based on five factors, in descending order of importance:
- Concept Feasibility (most important)
- Proposed Threshold Requirements
- Special License Agreements (SLAs)
- Integrated Master Schedule
- Price (least important) Offerors have the option to submit up to two proposals.
Key Attachments & Requirements
Critical attachments include the Business Status Certification (Attachment 19) for eligibility, Sample Special License Agreements (Attachments 16, 17, 18) detailing Government data rights for the weapon, ammunition, and fire control, and the Model OTA (Attachment 15) outlining terms, IP rights, and cybersecurity. The Delivery Schedule (Attachment 3) specifies deliverables and timelines, while the Pricing Sheet (Attachment 4) is for submitting detailed pricing, noting that proposed cost share is not part of the price evaluation. TDP Worksheets (Attachments 5, 8) define technical data package requirements, and Security Information Requirements (Attachment 11) details compliance for CUI, NIST SP 800-171, and other security protocols.