Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2026 SAM #8823
SOURCES SOUGHT

13 -- Seat Stabilization Rocket Motors (MT32 or MD98)

Notice Date
1/20/2026 1:34:30 PM
 
Notice Type
Sources Sought
 
NAICS
333998 —
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-26NB017-SS
 
Response Due
2/3/2026 12:00:00 PM
 
Archive Date
02/18/2026
 
Point of Contact
Meghan Newman, Emily Kundel
 
E-Mail Address
meghan.p.newman.civ@army.mil, emily.a.kundel.civ@army.mil
(meghan.p.newman.civ@army.mil, emily.a.kundel.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The U.S. Army Contracting Command, Rock Island, on behalf of PM-CCS (Project Manager, Close Combat Systems), is issuing a sources sought notice to identify capable sources for the production and delivery of the following items. Item NSN Part Number DODIC Seat Stabilization Rocket Motor (SSRM) 1377-01-255-1650 3205AS103 MT32 Seat Stabilization Rocket Motor (SSRM) 1377-01-318-1830 1340-1 MD98 Specifications: Seat Stabilization Rocket Motor (SSRM) Specifications: Douglas Aircraft Specification DACA114301 Revision: U Revision Date: 28 Aug 1989 OR Seat Stabilization Rocket Motor (SSRM) Specifications: MIL-DTL-85097 (OS) Revision: E Revision Date: 2 Jul 2001 ITEM DESCRIPTIONS: This device provides power to stabilize the ejection seat during emergency aircrew escape. It counteracts forces, which tend to pitch the seat during rocket motor burn of the rocket catapult. No ozone depleting agents are used in the production of this item. If contractors propose an alternate data package, the U.S. Government will require the use of the PVU-1/A primers (provided as GFP). The article consists of a mechanically fired rocket motor having twin combustion chambers along a common axis on either side of a nozzle perpendicular to this axis. Ball bearing supports on either side of the nozzle allow rotation of the motor during firing this providing for controlled direction of thrust. Envelope: The rocket motor shall conform to the dimensions shown in the TDP. Mounting Provisions: The rocket motor is to be provided with two anti-friction bearing journals located on either side of the nozzle as shown in Figure 1 of the TDP. These journals provide for the mounting of two bearings to be used in support of the motor. Please see the attached TDP to adhere to all the figures and specifications located within. CRITICAL PROCESSES/SKILLS: The manufacture of this item requires skills, which include, but are not limited to: Radiographic and Radiographers, Radiographic equipment Critical processes and skills vary depending on the family of items, but may include experience with propellant manufacturing and casting, energetic material and/or explosive handling and loading, welding, machining, bridgewire and electrical circuitry, and shock wave propagation. An acceptable vendor must be able to display the skills of its employees and established expertise in completing essential operations of manufacturing the Seat Stabilization Rocket Motor (SSRM). Respondents to this Sources Sought must have or have the ability to obtain the available skills required to perform all production and testing operations necessary to deliver conforming end items to the U.S. Government. These skills must be available with sufficient experience and proficiency to produce these items in a timely and efficient manner. A respondent must also have or have the ability to obtain the appropriate radiographic equipment and radiographic skills required to support quality production limitations. Any significant lead times with equipment or materials associated with production of these items should also be noted. RESPONSES: Interested companies who consider themselves capable of manufacturing the Seat Stabilization Rocket Motor (SSRM), are invited to indicate their interest by providing the U.S. Government with the following information: A brief summary of the company�s capabilities (a description of the facilities, personnel experience, quality system, and past manufacturing experience) and capacity. If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available, then it must be able to demonstrate its ability to obtain those resources without significant delay. Identify and include a brief summary of any potential key sub-tier vendors or subcontractors and identify key components or processes that would be subcontracted. Identify minimum and maximum monthly production quantities and identify the available capacity considering any other known production. Identify your company�s size status for the identified NAICS code in the response. Due to the 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. Technical Data Packages: The Technical Data Packages (TDPs) associated with this requirement are classified as Distribution C � limited distribution authorized to the U.S. Government agencies and their U.S. Contractors Only. The NAICS code for these items is 333998 with a business size standard of 700 employees. As noted above, please indicate your business size and socio-economic status in your response. Also be sure to provide the company name, address, point of contact, phone number, e-mail address, taxpayer identification number, DUNS number, and CAGE Code. 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. 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 on the basis of 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. All submissions are requested electronically no later than 03 February 2026 in order to be considered in the development of the acquisition strategy for these items. Send all responses to Ms. Caitlyn Smith at caitlyn.l.smith3.civ@army.mil, Ms. Meghan Newman at meghan.p.newman.civ@army.mil, and Ms. Emily Kundel at emily.a.kundel.civ@army.mil. Responses to this sources sought announcement should reference in the subject: Sources Sought Response for the W519TC-26-NB017-SS Seat Stabilization Rocket Motor (SSRM). Points of Contact: Caitlyn Smith, Contract Specialist Phone: (520) 693-0085 Email: caitlyn.l.smith3.civ@army.mil Army Contracting Command � Rock Island Rock Island, IL 61299-8000 Meghan Newman, Contract Specialist Phone: (520) 851-5892 Email: meghan.p.newman.civ@army.mil Army Contracting Command � Rock Island Rock Island, IL 61299-8000 Emily Kundel, Contracting Officer Phone: (571) 588-8585 Email: emily.a.kundel.civ@army.mil Army Contracting Command � Rock Island Rock Island, IL 61299-8000
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9d63d82db2d24894bc8657e6be8b345a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07691514-F 20260122/260120230046 (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.