Loading...
W15QKN-26-X-1BMR
Response Deadline
May 28, 2026, 7:00 PM(EDT)29 days
Eligibility
Contract Type
Sources Sought
INTRODUCTION
The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the U.S. Army Capability Program Executive Ammunition & Energetics (CPE A&E), Office of the Project Manager Close Combat Systems (PM CCS) Picatinny Arsenal, NJ is issuing this Sources Sought Notice as a means of conducting market research to identify potential sources having an interest and industry technologies available for the production and delivery of lightweight shoulder launched munition (SLM-LW). USG Technical Data Packages (TDPs) will not be made available.
This effort will be a program supporting Department of War ammunition stockpile and training requirements for SLM-LW. The period of performance (POP) of this requirement is expected to be five (5) years and may result in a Requirements Contract or Indefinite Delivery Indefinite Quantity with Firm Fixed Price (FFP) Orders.
The Government is seeking to identify potential sources interested in and capable of providing technologies to meet the Army’s SLM-LW requirement. The SLM-LW will be single-shot, disposable, and capable of engaging multiple targets (light armor, earth/timber bunkers, reinforced concrete, adobe and triple brick structures). Potential sources will be able to support/provide the manufacturing, production, inspection, testing, packaging, shipping and delivery of a SLM-LW solution. This requirement includes the procurement of SLM-LW training devices and spare parts for trainer maintenance. Potential SLM-LW training devices include a SLM-LW sub-caliber trainer and inert Field Handling Trainer (FHT) to include operator’s manuals and maintenance manuals. The training solution will serve to increase the Soldier's proficiency with the SLM-LW and ensure its successful integration into combat operations.
The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this Sources Sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
PROGRAM BACKGROUND
CPE A&E, PM CCS has a requirement for a lightweight SLM capability (tactical and trainer system) that will be operated by an individual Soldier in combat units at the Squad level. The required solution will be an improvement over existing SLM systems, namely a lighter weight. It will allow Soldiers to conduct urban operations with the ability to defeat an enemy protected by a variety of light-armored vehicles and structural targets with increased (behind the wall) lethality and less burden on the individual soldier. The required solution will be effective day or night at close ranges with an ability to safely engage targets from within enclosures.
REQUIRED CAPABILITIES
The SLM-LW tactical solution will have the following capabilities:
SPECIAL REQUIREMENTS
Any resulting contract is anticipated to have a security classification level of UNCLASSIFIED. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.
ELIGIBILITY
The anticipated North American Industry Classification (NAICS) Code is 332993, Ammunition (Except Small Arms) Manufacturing with a Small Business Size Standard of 1,500 employees. The anticipated Product Service Code (PSC) is 1315 – Ammunition, over 75mm through 125mm.
Includes: Components except Fuzes and Primers; Pyrotechnic Cartridges and Projectiles; Chemical Warfare Cartridges and Projectiles.
Excludes: Fuzes and Primers.
SUBMISSION DETAILS
Interested businesses should submit a brief capabilities statement package (no more than twelve (12) 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description / Required Capabilities as listed above.
Responses must be submitted via e-mail in either Microsoft Word or Portable Document Format (PDF). Submissions should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Respondents shall not be obligated to provide the services described herein .
Responses must reference the number of this Sources Sought Notice in the subject line of the e-mail and on all enclosed documents. All responses should include the following: 1) Business size, 2) Organization name, address, website address, type of ownership for the organization, and primary points of contact (POC) with email addresses, fax numbers, and telephone numbers. 3) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. Identify if all requirements can be met. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Please address if your company is currently providing similar services to another government agency or other non-government customer. If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially (outside the federal Government.). If you elect to identify your past and current customers to which you provided similar products, include the customers/company name and point of contact, phone number and address/e-mail where they can be contacted
Responses must include / address the following:
1. Evidence that the SLM-LW solution has attained TRL 8 and meets MRL 8. Evidence should include system qualification test data and/or production details. Documentation that potential SLM-LW solutions have achieved a level of technical maturity that meets the above requirements and can successfully complete a Government qualification program WITHOUT additional research and development.
2. Availability of detailed fuzing drawings and description of fuze safety, as well as proof of compliance to US Army fuze standards.
3. Description of explosives and the quantities of explosives in the system. A respondent to this survey should be able to show adequate technical and manufacturing capability and satisfactory past performance in the explosives processing industry. A respondent to this market survey/sources sought must have available a majority of the skills and facilities that are required to manufacture this item. If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to describe and demonstrate his or her ability to obtain these resources in a timely fashion to meet immediate Government/FMS requirements. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. All contractors interested in this potential future solicitation must be registered in the System for Award Management (SAM) Database.
4. Description and maturity of the sub-caliber trainer solution to include sub-caliber training ammunition type and availability, FHT (inert) and sustainment planning.
5. Identification / description of any constraints in meeting the required capabilities.
6. Production line status, delivery timeline of each item after award and projected production rates per month and ability for surge to include leading to and through a First Article Test (FAT) and from successful completion of FAT to production.
7. Government desires load, assemble and package (LAP) production operations, at a minimum conducted in the CONUS NLT the start of contract year three (3). The LAP requirement in the U.S. is loading of the munition in the tube, assembly of the system as a whole and package for shipment. LAP in the U.S. does not require pouring/casting of the warhead energetic material.
8. Brief summary of potential associated risks in the following areas: technical, schedule, production.
9. Detailed description of Supply Chain Risk Management (SCRM) process and tools utilized by the respondent to identify and manage risk within the supply chain for the SLM-LW Solution. Due to current global supply chain and other factors, respondents are asked to identify any components or materials that may be subject to price volatility or scarcity and address what their firm is doing to mitigate risk related to obtaining materials, price impacts, and production stability. Indicate long lead requirements to meet production capability and capacity, to include number months long lead from issuance of a delivery order before delivery of completed units are deliverable.
10. Brief summary of the company’s capabilities to include a description of facilities, personnel, technical and manufacturing capability in explosives processing industry. Interested companies should provide minimum and maximum monthly production capability (and if manufacturing resources are shared with other item/production lines). Additionally, it is requested that respondents provide the Minimum Procurement Quantity (MPQ) required for economical production.
11. Description of facilities/equipment to include testing ranges with instrumentation, manufacturing processes, inspection capability to include compliance with International Standards Organization 9001:2015 or equivalent, personnel, past experience, current production capabilities (including minimum sustainable and maximum attainable monthly production rates of the above described munition/s).
12. Participation and/or plans to become environmentally friendly to ensure processes, products, and manufacturing activities adequately address sustainability, minimize adverse environmental impacts, and supply chain considerations.
13. Address whether significant subcontracting or teaming is anticipated in order to deliver technical capability. Please indicate what percentages of the workload will be subcontracted and to whom (to include business size). Also, please address the administrative and management structure of the subcontracting and teaming arrangements.
14. If you intend to perform a portion of this effort participating as a subcontractor, please explain, in detail, which portions and percentages of the effort you would have the capability of completing.
15. Address whether your company is currently providing similar items to another Government agency or non-government entity (including foreign government(s)) customer(s)? If so, identify the Government agency or non-government customer. If you are unwilling to share your customer's identity, address whether your company offers the same or similar services commercially (outside the federal Government). If you elect to identify the past and current customers to which you provided similar products, include the customers/company name and point of contact, phone number and address/e-mail where they can be contacted.
Market Research means collecting and analyzing information about capabilities within the market to satisfy agency needs. The Government will utilize the information provided only to develop the acquisition strategy for future requirements that may materialize, including Foreign Military Sales (FMS) requirements. Once a notional acquisition strategy is prepared based on the collection and analysis of responses, the Government must have a clear understanding of the solutions industry and capability to proceed with that strategy (e.g. Full & Open Competition vice Sole Source) and prepare the resultant Request for Proposal. If the Government’s strategy is misinformed by the responses, or lack thereof, collected and analyzed in response to this Sources Sought, significant delays related to source selection and requirements for submission of certified cost and price data to conduct a cost analysis and any applicable DCAA audits may be realized. Interested contractors that currently possess the capabilities to produce these items are encouraged to respond with their capability statements or otherwise respond affirming that they are NOT interested in this requirement, with rationale. Interested contractors that do not currently possess the capabilities to produce these items are encouraged to respond with their capability statements, however it is imperative that the response be thorough and reflect the company’s true intent and commitment to obtain the resources to become a successful manufacturer. All of these considerations will impact the Government’s strategy and may ultimately impart significant delays and administrative burdens on contractors seeking a contract award should that strategy be incorrect.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Zachary Smith in either Microsoft Word or Portable Document Format (PDF), via email zachary.m.smith112.civ@army.mil and Contracting Officer Heather Gandy, heather.a.gandy.civ@army.mil no later than 3:00 p.m. EST on 28 May 2026 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
The overall system attributes (technical performance, safety, target defeat, technical documentation / manuals) are defined within the Draft System CDD-U /Draft Performance Specification; a CUI document available upon request through the POC.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC-NJ
W6QK ACC-PICA
W6QK ACC-PICA
KO CONTRACTING OFFICE
BUILDING 10 PHIPPS RD
PICATINNY ARSENAL, NJ, 07806-5000
NAICS
Ammunition (except Small Arms) Manufacturing
PSC
AMMUNITION, 75MM THROUGH 125MM