SOURCES SOUGHT
13 -- 155mm Next Generation Rocket Assisted Projectile (NGRAP)
- Notice Date
- 9/16/2025 5:22:49 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-25-X-1A8R
- Response Due
- 9/29/2025 9:00:00 AM
- Archive Date
- 10/14/2025
- Point of Contact
- Peter Luthi, Jennifer Hughes
- E-Mail Address
-
peter.j.luthi.civ@army.mil, jennifer.m.hughes56.civ@army.mil
(peter.j.luthi.civ@army.mil, jennifer.m.hughes56.civ@army.mil)
- Description
- UPDATE 16SEPTEMBER2025: The sources sought notice response date has been extended from September 22, 2025 to September 29, 2025. No other changes have been made to this sources sought notice. UPDATE 28AUGUST2025: The sources sought notice response date has been extended from September 8, 2025 to September 22, 2025. No other changes have been made to this sources sought notice. The U.S. Army Contracting Command-New Jersey (ACC-NJ) on behalf of the Project Manager Combat Ammunition Systems (PM-CAS), both located at Picatinny Arsenal, New Jersey (NJ), is conducting a market survey to identify potential sources who are capable of developing, qualifying and prototyping an Extended Range 155mm Projectile at high rates, for the Next Generation Rocket Assisted Projectile (NGRAP) program, in support of the U.S. Army for Fiscal Years (FYs) 2026 through FY28. Any proposed Extended Range 155mm Projectile shall meet the NGRAP System Performance Specification (P-Spec) requirements of the Projectile as detailed in the Draft NGRAP System P-Spec. The United States Government (USG) is contemplating using a Stand-Alone Other Transaction Agreement (OTA) under 10 U.S.C. 4022 to satisfy this requirement. However, if the acquisition approach changes, the information obtained from this sources sought notice will be used in the planning and award of the project. The proposed NGRAP is desired to be compatible with legacy propellant systems (e.g. the M232-series Modular Artillery Charge System (MACS)), Fuzes (e.g. the M767-series, M782-series and the M1156A1 fuzes) and 39-caliber Weapon Platforms (e.g. the M109-series Self-Propelled Howitzers and M777-series155mm Lightweight Towed Howitzer) to achieve an unguided range of at least 40 kilometers (km) and a guided range of at least 36 km. Furthermore, the proposed Projectile shall effectively defeat personnel and light material target sets including radar, air defense, and artillery systems. The respondent must identify the essential characteristics of USG systems that must exist and/or be modified to achieve the desired ranges and accuracy. For example, the respondent shall highlight any required capabilities of or modifications to the Projectiles, Propellant, Fuzing, Guidance Kits, Fire Control, and/or the Weapon System. It should be noted, the NGRAP�s requirements include objectives for interoperability and extended ranges with future weapons, propulsion, and fuzing. Range objectives include an unguided range of at least 55 km and a guided range of at least 48 km in 52-caliber Weapon Platforms. The proposed Projectile will have the potential to support and/or supplement the Project Manager Self-Propelled Howitzer Systems (PM-SPHS) howitzer ecosystem should the US Army elect to evaluate and develop rocket assisted projectile ammunition outside of that program scope in pursuit of rocket assisted ammunition for the Mobile Tactical Cannon (MTC). The government is seeking mature projectile solutions that can proceed to Critical Design Review (CDR) with limited development before entering full qualification. The government requests potential respondents include details that clarify the development path to live fire testing, CDR, qualification, and early production (~200 projectiles / month). The program office intends to deliver an early operation capability in FY27 and anticipates Full Materiel Release (FMR) in FY30. Upon successful completion of the Stand-alone OTA, the USG intends that future contract efforts for Low-Rate Initial Production (LRIP) and Full Rate Production (FRP) will utilize a USG Level III Technical Data Package (TDP) (established during Projectile Qualification) manufactured in the US industrial base supply chain. To be considered as a capable source for this effort, all interested sources must submit the requested information, which will assist the USG in developing its acquisition strategy: A description of the proposed Projectile, concepts and/or technology to meet the range requirements of 40 km (unguided) and 36km (guided) in a 39-caliber weapon and/or 55 km (unguided) and 48 km (guided) in a 52-caliber weapon; a) Provide evidence of the capabilities of the proposed NGRAP and its ability to meet the range requirements. This is to include testing demonstrations conducted to date along with relevant results. Details of these events shall include the fuzing, propellant, guidance kits, and weapon system(s) used in the testing demonstrations; b) Provide evidence of adequate engineering, technical and manufacturing capability to qualify and deliver a proposed NGRAP. If a respondent does not possess the adequate capabilities (technical, manufacturing, personnel, etc.) available, they shall demonstrate their ability to obtain the resources needed to meet the required timeline detailed above; c) Provide a description of the supply chain(s), facility(ies), prototyping/production rates, equipment, manufacturing processes, inspection capability, personnel, and Quality Management System (QMS) certifications or standards to be used in development, prototyping, and production of the proposed NGRAP. Specific consideration should be given to the experience of the supply chain in the manufacture of 155mm Projectiles or other similar defense products in the previous 5 years; d) The respondent shall identify the desired Government Furnished Materials (GFM) to be provided by the USG in fulfillment of the proposed NGRAP effort throughout each phase of the acquisition; e) Provide a Rough Order of Magnitude (ROM) for the following profiles: - 500 units per year - 2,500 units per year - 7,500 units per year - 15,000 units per year f) Provide company name, address, CAGE code, telephone number, email address, technical point of contact, and company size (please specify as either a Large Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business). g) Provide evidence of Non-traditional Defense Contractor (NTDC) Participation or 1/3 Resource-Share for this effort in accordance with 10 U.S.C. 4022. All respondents interested in this notice and potential future Stand-Alone OTA must be registered and active in the System for Award Management (SAM). This market survey is for informational and planning purposes and may be used in award of a contract/OTA and shall NOT be construed as an obligation on the part of the USG. The respondent should provide sufficient detail to the USG to make a reasonable assessment of their capability. The Draft System P-Spec will be provided upon request for information only. To receive the Draft System P-Spec, respondents are required to submit a signed and completed DD Form 2345 - Militarily Critical Technical Data Agreement; AMSTA-AR Form 1350 - Technical Data Request Questionnaire; and Non-Disclosure Agreement (NDA). If the Draft System P-Spec is provided for this effort, a Certificate of Destruction form shall be completed and submitted by any respondent in receipt of the Draft System P-Spec, upon this sources sought notice closing. Once the approved System P-Spec is available, it shall be provided accordingly. This information is for reference and planning purposes and may be used in award of a contract/OTA. The USG will not pay for any information submitted or for costs associated with providing this information. Please identify and appropriately mark any proprietary information submitted. All information provided will not be returned and will be held in confidential status. If a formal solicitation is generated at a later date, a solicitation notice will be published. All market information sought in this notification must be provided within 30 calendar days of this notice by electronic mail only at no cost to the USG. The point of contract for this requirement is Mr. Peter J. Luthi, peter.j.luthi.civ@army.mil and/or jennifer.m.hughes56.civ@army.mil, ACC-NJ (CCNJ-CA), Bldg. 10, Picatinny Arsenal, NJ 07806-5000. All inquiries shall be made via e-mail only. Telephone inquiries WILL NOT be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f3a8b333eca941889ff8fae171109a84/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07593428-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 |