Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2025 SAM #8696
SOURCES SOUGHT

13 -- CAP, BLASTING: NON-ELECTRIC, 5 MINUTE TIME FUSE DELAY, M14

Notice Date
9/15/2025 7:19:49 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-25-X-1AOQ
 
Response Due
10/15/2025 12:00:00 PM
 
Archive Date
10/30/2025
 
Point of Contact
Michael W. Arena, Phone: +1 520-718-7320, STEVEN GHAZI, Phone: 5206698570
 
E-Mail Address
michael.w.arena3.civ@army.mil, steven.s.ghazi.civ@army.mil
(michael.w.arena3.civ@army.mil, steven.s.ghazi.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR CAP, BLASTING: NON-ELECTRIC, 5 MINUTE TIME FUSE DELAY, M14 (M14 Blasting Cap) INTRODUCTION The U.S. Army Contracting Command � New Jersey, Picatinny Arsenal, NJ 07806-5000, on behalf of the Office of the Project Manager for Close Combat Systems (PM-CCS) is conducting a Market Survey to identify potential sources capable of manufacturing and delivering the CAP, BLASTING: NON-ELECTRIC, 5 MINUTE TIME FUSE DELAY, M14 (Department of Defense Identification Code MN06, NSN 1375-01-567-5534). 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/SYSTEM DESCRIPTION DODIC: MN06 Nomenclature: CAP, BLASTING: NON-ELECTRIC, 5 MINUTE TIME FUSE DELAY, M14 P/N 13023563 / NSN: 1375-01-567-5534 The M14 Blasting Cap consists of approximately 7.5-foot length of fuse, coiled in a Figure �0� configuration, environmentally sealed at one end with a non-electric, non-delay blasting cap attached at the other end. The M14 Blasting Cap is factory calibrated to produce a delay of 5 minutes plus 45 seconds, when tested at 125 deg F and Sea Level. It is marked with five (5) single bands for each minute. Key components of the M14 Blasting Cap include: M700 Time Blasting Fuse. M700 Time Blasting Fuse (also referred to as Safety Fuse) typically consists of a continuous train of black power with three cotton yarns tightly wrapped and enclosed by ten jute yarns. The fuse then is counter-wound with ten cotton yarns, coated with asphalt material, and covered by a plastic sheath, making it waterproof. The M700 Time Fuse burns at a rate of approximately 40 seconds per foot. Blasting Cap Physical characteristics. The length of the blasting cap is 2.25 to 2.35 inches. The outside diameter of the blasting cap is 0.230 to 0.241 inches. Explosive composition: Base Charge - RDX, Type I or II per MIL-DTL-398 Intermediate Charge - Lead Azide, Type I per MIL-L-3055. Alternate Lead Azide, RD-1333 per MIL-L-46225. REQUIRED CAPABILITIES: The Government requires the manufacture, inspection, testing, and delivery of the M14 Blasting Cap in accordance with the Government owned Technical Data Package (TDP). The respondent must have available most of the skills, facilities, and equipment to manufacture, test/inspect, and deliver the M14 Blasting Cap. Specific manufacturing capabilities include but are not limited to time fuse manufacture, blasting cap cup manufacture, blasting cap loading and handling, explosive and pyrotechnic processing, loading and handling, and Load Assemble Pack (LAP) of the final product. First Article Testing (FAT) as well as Conformance/Lot Acceptance Testing (LAT) at the component and end-item level to include physical measurements and functional testing will be required. If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to describe and demonstrate their ability to obtain these resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. The intent of this Sources Sought is to identify and assess sources capable of manufacturing, packaging, inspecting, testing, and delivering the M14 Blasting Cap. TECHNICAL DATA PACKAGES/SPECIFICATIONS For the purposes of this market research, an uncertified Technical Data Package (TDP) for the M14 Blasting Cap will be made available to assist in responding to this survey. Requests for the technical data must be made through the contracting Point of Contact (POC), following the instructions provided below. However, respondents will not be precluded from submitting their capabilities/qualification data and any pertinent information if the TDP is not obtained. Respondents who request and receive the TDP shall destroy it in accordance with DoD 5220.22-M or DoD 5200.1-R upon the closure of the Market Survey. To obtain a copy of the TDP, interested parties must submit the following: E-mail the requester�s DD Form 2345 Military Critical Technologies Data Agreement, certified current by the U.S. and Canada Joint Certification Office (JCO). E-mail the completed AMSTA-AR Form 1350 Technical Data Request Questionnaire Email the fully executed Non-Disclosure and Non-Use Agreement. ELIGIBILITY The applicable 2022 North American Industrial Classification System (NAICS) code for this requirement is 325920 - Caps, blasting and detonating, manufacturing with a Small Business Size Standard of 750 employees. The Product Service Code (PSC) is 1375 � Demolition Materials. Please indicate your organization�s Small Business status including certification of HUBZone, Veteran Owned and Woman Owned status in your response. SUBMISSION DETAILS RESPONSES: Interested companies who consider themselves capable of manufacturing the M14 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 brief 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 FAT and 365 days after award for production deliveries to commence. Provide Rough Order of Magnitude (ROM) prices for an approximate FY27 production quantity of 10,000 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 item. 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). Provide the minimum stand-alone order quantity necessary to go into production of Bangalore, initially and for any potential follow-up order. Provide the minimum sustainable, preferred, and maximum monthly delivery rates for your company. Identify and describe potential subcontractor capacity restraints that would have a significant impact on production capacity and please identify the impact each restraint has on monthly delivery rates. 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. Submission should be in contractor format, no less than 10-point font. No phone or email solicitations with regards to the status of the solicitation will be accepted prior to its release. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are �best� estimates only. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Michael Arena, in either Microsoft Word or Portable Document Format (PDF), via email michael.w.arena3.civ@army.mil no later than 3:00 p.m. Eastern Standard Time (EST) on 15 October 2025 and reference this synopsis number in the subject line of the e-mail and on all enclosed documents. Email submittals are restricted to a maximum file size of eight (8) Megabytes (MB). If the email submission is larger than 8MB, separate into several emails or contact the contract specialist for additional instructions. 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/8ac3ab4ed9224913abb21512f8a1fff5/view)
 
Place of Performance
Address: NJ, USA
Country: USA
 
Record
SN07591524-F 20250917/250915230052 (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!  © 1994-2024, Loren Data Corp.