Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2026 SAM #8833
SOURCES SOUGHT

13 -- 84mm Family of AT4 Munitions (AT4) and 84mm Multi-Role Anti-Armor/Anti-Personnel Weapon System (MAAWS) Ammunition

Notice Date
1/30/2026 10:48:07 AM
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-26-X-1B5J
 
Response Due
2/27/2026 2:00:00 PM
 
Archive Date
03/14/2026
 
Point of Contact
Ryan Feeney, Rebecca Markell
 
E-Mail Address
ryan.j.feeney3.civ@army.mil, rebecca.l.markell.civ@army.mil
(ryan.j.feeney3.civ@army.mil, rebecca.l.markell.civ@army.mil)
 
Description
Interested businesses should submit a brief capabilities statement package (no more than ten 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. Documentation should be in bullet format. Provide a description of facilities/equipment to include testing ranges with instrumentation, manufacturing processes, inspection capability to include compliance with International Standards Organization 9001:2008 or equivalent, personnel, past experience, current production capabilities (including minimum sustainable and maximum attainable monthly production rates of the above described munition/s and ammunition items or any munition/ammunition similar to the AT4-MAAWS). Also, provide description of approximate delivery of each item after award and production rates. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Business size, 2) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 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. 4) Interested companies should respond by providing the Government the following information: a brief summary of the company's capabilities (a description of facilities, personnel, and past manufacturing experience as it relates to the above criteria) and availability. 5) 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. 6) 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. 7) 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. 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 seek a myriad of approvals 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, Ryan Feeney in either Microsoft Word or Portable Document Format (PDF), via email ryan.j.feeney3.civ@army.mil and Contracting Officer Rebecca Markell, rebecca.l.markell.civ@army.mil no later than 5:00 p.m. EDT on 27 February 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b2ce4cb19ebe47df8902c42b755330db/view)
 
Record
SN07702523-F 20260201/260130230041 (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.