Foreign Weapons, Body Armor and Ammo
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 U.S. Special Operations Command (USSOCOM) is soliciting proposals for a new multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Foreign and U.S. Weapons, Ammunition, and Personal Protective Equipment (PPE). This recompete expands the scope to include body armor and helmets, supporting Partnered Forces Operations. This acquisition is a Total Small Business Set-Aside. Proposals are due May 18, 2026, 05:00 PM Local Time.
Scope of Work
This IDIQ covers the acquisition of a broad range of items, including U.S. and foreign weapons (e.g., M4, AK variants, DShK), weapon accessories (magazines, sights), standard and non-standard ammunition (e.g., 5.45x39mm, 7.62x54R, 40mm RPG), and ballistic body armor plates and helmets. The scope encompasses program management, logistics support, item descriptions, deliveries, testing, and packaging. Performance standards require weapons to function safely and be free of defects, ammunition to be UN-packaged, and ballistic items to pass extensive testing for resistance, backface signature, and multi-hit capabilities.
Contract & Timeline
- Contract Type: Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm-Fixed Price (FFP) delivery orders.
- Period of Performance: 60 months for ordering.
- Estimated Value: Maximum contract value is $19,500,000,000, with a minimum order value of $2,000.00.
- Set-Aside: Total Small Business Set-Aside (NAICS Code: 332994, Size Standard: 1000 employees).
- Proposal Due Date: May 18, 2026, 05:00 PM Local Time.
- Published Date: April 17, 2026.
Evaluation Factors
Proposals will be evaluated using a tradeoff best value source selection. Technical Evaluation is the most important factor, followed by Past Performance. Delivery terms may also be considered. The Government intends to award to the top seven (7) most highly rated proposals. Offerors must hold prices firm for 90 calendar days.
Key Requirements & Deliverables
- Prime contractors must possess a Directorate Defense Trade Controls Brokering license and a Federal Firearms License Type 11.
- Items and/or components shall not be sourced from Belarus, China, or Russia.
- Required data deliverables include Packaging Development Reports (CDRL A001), Ammunition Data Cards (CDRL A002), and End Item Final Inspection Reports (CDRL A003), submitted electronically in MS Word format.
- Offerors must complete and submit detailed Past Performance Information for relevant contracts.
- Proposals must include a proposed delivery execution plan and an equipment list with part numbers.
Submission & Contacts
Proposals are all-electronic and must be submitted via SAM.gov. For questions or clarifications, contact Marvin Marcia (marvin.marcia@socom.mil) or John Manzano (john.g.manzano.ctr@socom.mil).