Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2026 SAM #8818
SOURCES SOUGHT

99 -- BSU-33 C/B Conical Fin Assembly

Notice Date
1/15/2026 11:05:40 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-26-R-BSU33-Fins
 
Response Due
3/2/2026 10:00:00 AM
 
Archive Date
03/17/2026
 
Point of Contact
Laura Spencer, Phone: 520-693-0598, Shawn Kerr, Phone: 520-692-9942
 
E-Mail Address
Laura.K.Spencer2.civ@army.mil, shawn.e.kerr6.civ@army.mil
(Laura.K.Spencer2.civ@army.mil, shawn.e.kerr6.civ@army.mil)
 
Description
The U.S. Army Contracting Command - Rock Island, on behalf of the Project Manager Close Combat Systems (PM CCS), is issuing a sources sought announcement in an effort to identify capable sources for the production and delivery of the following: BSU-33 C/B Conical Fin Assembly (NSN 1325-01-614-4020; P/N: 923AS900) for Fiscal Years (FYs) 2028-2032 requirements. The U.S. Government is considering one Firm Fixed Price (FFP) production contract with five one-year ordering periods and a yearly production quantity of approximately of 3,000-5,000 each per year. ITEM DESCRIPTION: This requirement supports the United States Air Force and the United States Navy bombing missions. The BSU-33 C/B Fin Assembly attaches to the 500 lb. MK 82/BLU-111 General Purpose Bomb. The Fin is approximately 26.11 inches long, a fins span of 15.06 inches and weighs approximately 22.1 lbs. The BSU-33 C/B and subassemblies are fabricated from steel alloys, cut, formed, machined assembled, and welded to drawing requirements. CRITICAL PROCESSES/SKILLS: Specialized skills required include welding (to include but not limited to, AWS D17.1 Class A and B welds, and AWS D17.2 resistance welds), heat treating, machining, coatings, and metal forming. The contractor will be responsible for manufacturing the ADU-426/E Pallet Adapter, NSN: 8140-01-126-5387, P/N:1107AS100. For different stages of the manufacturing process, special inspection and test equipment is required to ensure that the final products comply with Government requirements. The Contractor will be required to successfully complete First Article Acceptance, Preproduction, and Lot Acceptance tests on the Fin assemblies. The BSU-33 C/B Fin is procured to an U.S Government Technical Data Package (TDP). The Government anticipates providing the MK3 MOD 0 Pallet, NSN:3990-00-039-0223, P/N: 564200, as Government Furnished Material for this planned contract. NOTICE: The TDPs associated with the BSU-33 C/B Conical Fin Assembly are classified as Distribution D - limited distribution authorized to the Department of Defense (DOD) and US DOD Contractors Only. These documents contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., SEC 2751, ET SEQ.) or the Export Administration Act of 1979 (Title 50, U.S.C., APP 2401 ET SEQ.), as Amended. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DOD Directive 5230.25. Interested vendors must be registered with the U.S./Canada Joint Certification Program (JCP) to gain access to the TDPs (see https://www.dla.mil/logistics-operations/services/jcp/ for instruction and information). Each individual requiring access to the TDPs must have a SAM.gov account prior to accessing the TDPs. Access to the TDP will only be granted to those individuals who are listed as the Data Custodian (block 3) on the DD Form 2345, Military Critical Technical Data Requirement, which was required to be registered within the JCP. The Data Custodian is the sole representative identified to receive export controlled TDPs and drawings. To obtain the top-level drawings, interested vendors with the proper certification in JCP, may request explicit access through the ""attachments/links"" tab in SAM.gov under this posting. In addition to making the request by the JCP Data Custodian in SAM.gov, interested vendors should also send a copy of their approved DD Form 2345 to the point of contact specified below. RESPONSES: Interested companies who consider themselves capable of manufacturing the practice bombs and the associated suspension lugs are invited to indicate interest by providing the U.S. Government with the following information: Name of company and CAGE code Point of Contacts name, telephone number and E-mail address Company address Business size information Identification of whether you are interested in this opportunity as a prime or a subcontractor. Provide a summary of the company's capabilities (a description of the facilities, personnel experience, quality system, and past/current relevant manufacturing experience and processes). Discuss the feasibility of or alternatives to the U.S. Government's preferred lead-time of 270 days after award for First Article Test (FAT) and 365 days after award for production deliveries to commence. Provide Rough Order of Magnitude (ROM) prices for an approximate FY28 production quantity of 3,000-5,000 BSU-33 C/B Conical Fins, and a ROM for each First Article Test sample. Identify minimum and maximum monthly production quantities and identify the available capacity. Identify if the firm has ever produced the BSU-33 C/B Conical Fin Assembly. If so, please state when it was last produced, who the customer was, the production rate under that contract, and the contract number. Please include any assumptions made, recommendations regarding price range breaks, or any additional information you feel might be useful to the U.S. Government if it is determined to proceed with a formal Request for Proposal (RFP). 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. This sources sought announcement is for information and planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the U.S. Government. The U.S. Government does not intend to award a contract based on this sources sought announcement or otherwise pay for information solicited. Industry responses to this sources sought will not represent binding offers, and the U.S. Government cannot accept an industry response to form a binding contract. The U.S. Government intends to use any information submitted in response to this request to develop an acquisition strategy for future requirements of this item. To be eligible for contracts with the U.S. Government, contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from a planned solicitation for these items. Contractors may obtain information on SAM registration by visiting https://www.acquisition.gov. All interested companies are highly encouraged to get registered in SAM immediately. The U.S. Government will hold all information submitted in a confidential status. For additional information regarding this announcement, please contact the Contract Specialist via email at laura.k.spencer2.civ@army.mil and Contracting Officer, Shawn Kerr, via email at shawn.e.kerr6civ@army.mil. Industry responses are requested electronically no later than 12:00PM CT, 02 March 2026 to be considered in the development of the acquisition strategy for these items. Please submit all industry responses to Ms. Laura Spencer at laura.k.spencer2.civ@army.mil and Contracting Officer, Shawn Kerr, via email at shawn.e.kerr6.civ@army.mil. All responses to this sources sought announcement should reference in the subject: Sources Sought Response for BSU-33 C/B Conical Fin Assembly.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b441e2d1981d4ff683c9fdbef64c096b/view)
 
Record
SN07688969-F 20260117/260115230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.