Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2025 SAM #8697
SOURCES SOUGHT

13 -- M839 25.4mm Decoy Cartridge

Notice Date
9/16/2025 7:03:18 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC25R0055
 
Response Due
9/30/2025 10:00:00 AM
 
Archive Date
10/15/2025
 
Point of Contact
Joseph DePover, Lauren Ackert
 
E-Mail Address
joseph.r.depover.civ@army.mil, lauren.m.ackert.civ@army.mil
(joseph.r.depover.civ@army.mil, lauren.m.ackert.civ@army.mil)
 
Description
Sources Sought Notice for M839 25.4mm Decoy Cartridge The United States (U.S.) Army Contracting Command � Rock Island (ACC-RI) on behalf of the 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. The results of this market research will be used to establish the acquisition strategy and method of procurement if a requirement materializes to support/provide the manufacture, assembly, inspection, testing, packaging, shipping and delivery of the M839 25.4mm Decoy in Fiscal Year 2027 (FY27) through Fiscal Year 2029 (FY29). 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. PROGRAM BACKGROUND The M839 25.4mm Decoy Cartridge is currently in the sustainment phase. The M839 25.4mm Decoy Cartridge provides U.S. aircraft protection against advanced surface-to-air missile (SAM) weapon systems. The decoys are designed to protect U.S. Army helicopters and fixed wing aircraft against Radio Frequency (RF) guided threats. These decoys are consumable items, and the war reserve must be replenished. The current procurement effort supports current military operations, war reserve requirements, and Foreign Military Sales (FMS). REQUIRED CAPABILITIES The Government requires the manufacture and delivery of the M839 starting in FY27 to support war reserve requirements and FMS buys. Potential sources shall be capable of producing, manufacturing, assembling, inspecting, testing, packaging and shipping the M839 25.4mm Decoy Cartridge in accordance with a Government Technical Data Package (TDP), drawings and performance specifications. Respondents should include the following information to show they have the capability to meet the requirements for production, testing and delivery of the M839: Specific manufacturing capabilities include but are not limited to manufacturing, cutting, and loading of Aluminum coated glass strands into the final products/systems/packaging configurations. First Article Testing 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 M839 Decoy cartridges. The Government-owned TDP, drawings and performance specifications are marked as Distribution Statement D. Distribution authorized to the Department of Defense and U.S. DoD contractors only Critical Technology. The TDP, drawings and performance specifications contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., Appt 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. All respondents to this market survey shall show they have certification to receive export-controlled technical data (including drawings restricted by Distributions Statement D). SPECIAL REQUIREMENTS 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 Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.225-7008�Restriction on Acquisition of Specialty Metals� and DFARS 252.225-7009�Restriction on Acquisition of Certain Articles Containing Specialty Metals�. ELIGIBILITY The applicable NAICS code for this requirement is 325998 All Other Miscellaneous Chemical Product and Preparation Manufacturing with a Small Business Size Standard of 500 (number of employees). The Product Service Code (PSC) for the M839 is 1305. RESPONSE SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten (10) 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of a RFP will be accepted prior to its release. To be considered a qualified source for this requirement, all interested companies shall respond by providing/submitting the following information to the Government: 1. Summary of the company�s capabilities (a description of facilities, personnel, and past manufacturing experience as it relates to the above criteria) and availability. 2. Technical and manufacturing capability and good past performance in explosives processing industry. 3. If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must describe/demonstrate their ability to obtain these resources in a timely fashion. 4. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. 5. Based on the information provided above describing the Source Sought Notice requirements: a) Describe or characterize your ability to meet the identified requirements. b) Constraints in meeting the identified requirements. c) Administrative and Production Lead-time to resolve potential obsolescence issues. d) Production lead time transition phase leading to and through a First Article Test (FAT) and to production. e) For each canister type, provide details on the minimum order quantity, range quantity cost, lot sizes, and production rates. f) An assessment of risk identification in the following areas: technical, performance, cost, schedule, material/supply chain management, production, and cost (Non-Recurring Engineering (NRE) related). 6. Cost estimate related to all NRE associated with conducting FAT for the items in question and any recurring engineering required meeting the Government�s objectives. 7. 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. 8. Provide evidence that you and your supply chain are ISO9001 or AS 9100certified. If not currently certified, provide roadmap to acquire certification for you and/or your supply chain. 9. Provide the organization's name, address, technical point of contact, position, phone number, e-mail address, mailing address, Cage Code, Unique Entity Identifier (UEI), and business size. Responses to this Sources Sought Notice must be electronically submitted to the Contract Specialist listed below in either Microsoft Word or Portable Document Format (PDF) no later than 3:00 p.m. Eastern Standard Time (EST) on 01 October 2025. 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: Company name, address, Cage Code, Unique Entity Identifier (UEI), Point of Contact, Company Ownership (public, private, joint venture), Business Classification, and primary points of contact (POC) with email addresses, fax numbers, and telephone numbers. All contractors interested in the potential future solicitation for this requirement must be registered in System for Award Management (SAM). All submissions, written comments, or questions shall be submitted to the ACC-RI Contract Specialist, Lauren Ackert (lauren.m.ackert.civ@army.mil), in either Microsoft Word or Portable Document Format (PDF), via email and Joe DePover (joseph.r.depover.civ@army.mil) by the due date of this Market Survey. Responses must reference the number of this Sources Sought Notice, in the subject line of the e-mail and on all enclosed documents. The information must be submitted 30 calendar days from the date of this publication. If a formal Solicitation is generated at a later date, a separate Solicitation Notice will be published. No award will be made as a result of this Market Survey. All information is to be submitted at no cost or obligation to the Government. The information provided will not be returned. The Government will accept written questions via e-mail only. All responses shall 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. Telephone inquiries will not be accepted or acknowledged. No feedback or evaluations will be provided to companies regarding submissions. All data received in response to this Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Additionally, any information submitted by respondents to this Sources Sought Notice is strictly voluntary. Information and materials submitted in response to this notice WILL NOT be returned. ADDITIONAL INFORMATION Any interested source must have an approved DD form 2345, Military Critical Technical Data Agreement, on file with the Joint Certification Program (JCP) to be granted access to the Technical Information. Restricted technical data will not be available to an interested source who has not been certified through the JCP. If an interested party is not based in the U.S., a copy of their approved Export License issued by the U.S. Department of State must be provided as well. The TDP, drawings and specifications are marked as Distribution Statement D-Further dissemination only as directed by the controlling DoD office or higher DoD authority. The TDP, drawings and performance specifications contain technical data whose export is restricted by the Arms Export Control Act (Title22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., Appt 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. All respondents to this Sources Sought Notice should show they have certification to receive export-controlled technical data (including drawings restricted by Distributions Statement F). Destruction Notice Export-Controlled Technical Data: For classified documents, follow the procedures in DoD 5220.22-M, Industrial Security Manual, Section 11-19 or DoD 5200.1-R, Information Security Program Regulation, Chapter IX. For unclassified, limited documents, destroy by any method that will prevent disclosure of contents or reconstruction of the document. DISCLAIMER THIS SOURCES SOUGHT NOTICE (MARKET SURVEY) IS FOR INFORMATIONALPURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR QUOTE(RFQ)/INVITATION FOR BID (IFB)/REQUEST FOR PROPOSAL (RFP) OR A PROMISETO ISSUE AN RFQ, IFB OR RFP IN THE FUTURE. THIS NOTICE DOES NOT COMMITTHE GOVERNMENT TO CONTRACT FOR ANY SUPPLY OR SERVICE. FURTHER, THE GOVERNMENT IS NOT SEEKING QUOTES, BIDS OR PROPOSALS AT THIS TIME ANDWILL NOT ACCEPT UNSOLICITED PROPOSALS IN RESPONSE TO THIS NOTICE. NOAWARD WILL BE MADE AS A RESULT OF THIS NOTICE. THE GOVERNMENTRESERVES THE RIGHT TO REJECT, IN WHOLE, OR IN PART, ANY PRIVATE SECTORINPUT THAT RESULTS FROM THIS NOTICE. THE GOVERNMENT IS NOTOBLIGATED TO NOTIFY RESPONDENTS OF THE RESULTS OF THIS NOTICE. THE U.S. GOVERNMENT WILL NOT PAY FOR ANY INFORMATION SUBMITTED ORADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS NOTICE. CONTACT INFORMATION Contracting Office THE US ARMY CONTRACTING COMMAND � ROCK ISLAND (ACC-RI) U.S. Army Contracting Command - Rock Island Munitions and Industrial Base Directorate 3055 Rodman Avenue Rock Island, IL 61299-8000 Primary Point of Contact: Lauren Ackert, Contract Specialist EMAIL: lauren.m.ackert.civ@army.mil Secondary Point of Contact: Joe DePover, Contracting Officer Email: joseph.r.depover.civ@army.mil Alternate Point of Contact: Kim Gravert, Contract Specialist Email: kimberly.i.gravert.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/925b809fe062431ca44b68316c7af80e/view)
 
Place of Performance
Address: Rock Island, IL, USA
Country: USA
 
Record
SN07593427-F 20250918/250916230048 (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.