Mobile Tactical Cannon (MTC) Request for Prototype Proposal
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 Army Contracting Command - Detroit Arsenal (ACC-DTA) is soliciting a Request for Prototype Proposal (RPP) for Mobile Tactical Cannon (MTC) solutions. This opportunity seeks mature, available wheeled MTC systems for prototype manufacturing, network integration, ammunition compatibility, safety and characterization testing, and Soldier Evaluation. The Government intends to award a Fixed Price Other Transaction Authority (OTA) Agreement under 10 U.S.C. § 4022. Proposals are due April 23, 2026, at 4 PM ET.
Scope of Work
The objective is to identify and develop wheeled MTC systems capable of firing 155mm class artillery ammunition, compatible with current U.S. inventory, to potentially replace the M777 towed howitzer. The scope includes modification, testing, and experimentation, with a strong emphasis on cybersecurity, production onshoring, and supply chain resiliency.
Contract Details
- Type: Fixed Price Other Transaction Authority (OTA) Agreement (Prototype Project Agreement - PPA).
- Potential: Anticipates awarding one (1) PPA, with the possibility of more or none. Successful prototypes may lead to a non-competitive follow-on production contract or transaction per 10 USC §4022(f).
- Set-Aside: None specified.
Key Requirements & Deliverables
Bidders must propose mature and available wheeled MTC systems. Key deliverables include:
- Delivery of six (6) prototype MTC systems, with options for up to 12 additional systems and four (4) system trainers.
- Cannon assemblies, ammunition storage cells, and test ammunition.
- Integration of Government Furnished Equipment (GFE) and U.S. ammunition.
- Comprehensive program management, integration, technical support, and systems engineering.
- Cybersecurity assessments and compliance with CMMC Level 2.
- Support for Government testing and evaluation, including providing a System Support Package (SSP).
- A Production Capability Plan and support for U.S. production onshoring.
- Numerous Contract Data Requirements Lists (CDRLs) covering technical data, reports, plans, and software.
- Compliance with security requirements, including SECRET facility clearance.
Submission & Evaluation
Proposals must be submitted via PIEE by April 23, 2026, 4 PM ET. Evaluation will consider two Technical Factors (Technical Performance & Maturity, U.S. Integration) and two Non-Technical Factors (Delivery Schedule, As-built Production Unit Cost). Criteria include technical performance, maturity, cyber risk, ammunition compatibility, commerciality, supportability, production onshoring, data rights, delivery schedule, and cost. Bidders must use the latest Appendix E - Milestone Pricing Summary (dated 02 APR 2026) and Attachment 019 - As-built Production Unit Cost Volume revB for cost proposals, and provide Attachment 004 - Assertion of Restrictions for technical data and software.
Important Notes
This opportunity has undergone several amendments. The latest update on April 2, 2026, includes revisions to the Request for Prototype Proposal (RPP), Prototype Project Agreement (PPA), Appendix A, Appendix E, and various attachments. Offerors should review all updated documents, especially the MTC RPP Questions and Responses (Dist A), which clarified several aspects and indicated further corrections in Amendment 01. Attachments 002, 008, 015, 017, 018, 020, and 021 are restricted and require access through SAM.gov.