SOURCES SOUGHT
54 -- Joint Assault Bridge (JAB) Sources Sought for Reduced Requirement
- Notice Date
- 9/17/2025 1:25:31 PM
- Notice Type
- Sources Sought
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- JAB-Sources-Sought-September-2025
- Response Due
- 9/26/2025 2:00:00 AM
- Archive Date
- 10/11/2025
- Point of Contact
- Michael Ibra
- E-Mail Address
-
michael.ibra.civ@army.mil
(michael.ibra.civ@army.mil)
- Description
- Sources Sought Disclaimer: This is a Sources Sought Notice and is not a request for competitive proposals or a solicitation of offers. The Government does not intend to award a contract on the basis of the information contained in this posting or information received as a result of this posting. Subject: Source Sought Notice for production of Joint Assault Bridge (JAB) chassis REFERENCE: SAM NOTICE: �JAB-Requirement-Change-Notice� for Notice to Industry on the change in Government requirement from an Authorized Army Objective (AAO) of 297 to an Army Procurement Objective of 213. Army Contracting Command - Detroit Arsenal (ACC-DTA) is issuing this Sources Sought Notice on behalf of the requiring activity, Project Manager Force Projection (PM-FP) Product Manager Bridging (PdM Bridging), as a means of conducting market research to identify interested parties with resources to support the JAB requirements. Purpose: The purpose of this notice is to seek information to assess the availability of sources that possess the capabilities and interest in the reduced requirement, for an estimated 18 JAB chassis to achieve the current APO of 213, as identified in the referenced SAM notice above, to produce the Bridge Launch Mechanism (BLM) and integrate it onto an M1A1 (with heavy A2 suspension) Abrams chassis in order to provide JAB chassis, ancillary support including Contractor Logistics Support (CLS) and material. DRS Sustainment Systems, Inc. (DRS) is the developer and Original Equipment Manufacturer (OEM) of the JAB and current the Prime contractor. Background: The M1110 JAB is an Army Acquisition Category (ACAT) II program replacing the legacy M48/M60 tank-based Armored Vehicle Launched Bridge (AVLB) and Wolverine systems. The JAB system is a fully-tracked armored combat engineer vehicle specifically designed to provide Armored Brigade Combat Teams assault bridging capabilities to support maneuver elements. Using the M1A1 (with A2 suspension) Abrams chassis as the basis for the system, the JAB provides equivalent crew protection and vehicle survivability, while having the necessary speed and cross-country mobility to keep pace with maneuver forces. The JAB launches and recovers the Army�s existing hydraulically actuated Heavy Assault Scissor Bridge (HASB), Military Load Class (MLC) 115. The Government has a mix of unlimited and Government Purpose Rights (GPR) for the product-level TDP. Acquisition Timeline: The estimated date for award is 3QFY26. Production Requirement: The Government has procured 175 JAB chassis from DRS-SSI through FY25 and anticipates procuring an additional 20 JAB chassis in FY26 for a total anticipated quantity of 195 JAB chassis to be procured from DRS-SSI through FY26. As of July 2025, the Government requirement to achieve the APO of 213 systems is an estimated 18 systems. The remaining requirement to achieve the APO is 18 JAB chassis through FY28. The JAB program could be constrained by available funding in the Program Objective Memorandum (POM) out years. In addition, the JAB program may be constrained based on multiple factors including available funding provided as well as direct labor rates on a cost-reimbursement basis; currently ANAD is responsible for a complete tear down and repair of the JAB M1A1 (with A2 suspension) chassis. Any increase in cost-reimbursement identified costs or funding cuts will reduce the affordable quantity in any given year and extend the date of completing the APO. Any ensuing contract will require optional coverage to procure the anticipated Government requirements, as well as meet any FMS or emerging requirements. Associated with the production quantities estimated between FY27-28, supply chain or obsolescence issues associated with utilization of the M1A1 (with A2 suspension) chassis will need to be analyzed by the contractor. Current Production: The current JAB production time is approximately 12-14 months and is produced in two production stages. Under stage-one, approximately 8-months; Anniston Army Depot (ANAD) performs all work to produce a rolling chassis, to include the tear-down and repair of the chassis which is funded directly by the USG. The M1A1 (with A2 suspension) chassis is then provided to the current contractor as Government Furnished Material (GFM). Under stage-two, approximately 6-8 months; the current contractor produces the BLM and integrates the BLM onto the GFM provided chassis and delivers a complete integrated JAB Chassis excluding the HASB. JAB Specifications: Weight, Load, Ground Pressure: Weight, combat-loaded (less kits) with T-158 track With MLC 115 scissoring bridge 72 tons (65 metric tons) Without MLC 115 scissoring bridge 56 tons (50 metric tons) Dimensions: Length (without bridge) 36.8 ft (11.2 m) Length (with bridge) 42.4 ft (12.9 m) Height (without bridge) 9.9 ft (3 m) Height (maximum overall) 13.1 ft (4 m) Width 13.2 ft (4 m) Width (less skirts) 11.3 ft (3.5 m) Contractor Logistics Support (CLS) Requirement: The JAB program achieved Full Material Release (FMR) in April 2023; however the Government has incorporated multiple Engineering Changes through Engineering Change Proposals, including Add on Armor (AoA), hydraulic parking brake accumulator, and updated launch control unit. The Government requires CLS support to any newly fielded JAB systems with the Engineering Changes until updated logistics products are authenticated, currently estimated in December 2028. The result of this market research will contribute to determining the best method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336992. Specific Response Information: If your organization has the potential capacity to perform these contract services, please provide the following information: 1) A positive or negative statement of your interest for each of the specific requirements as identified above as a prime contractor; 2) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; 3) A statement identifying your certified small business designation (if any); 4) Evidence of prior successful work similar in scope and magnitude to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; 5) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability; and production capacity. 6) If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 7) Does your company have the capability to manufacture a JAB chassis as defined above with a required throughput of up to 4 systems per month. If not, what is the delivery capability? How soon after award can production commence? Low Rate Initial Production (LRIP) systems will need to be tested prior to Full-Rate Production. Is your company willing to provide 6-8 months of testing support? Is your company willing to accept conditional acceptance of LRIP JAB chassis until after the successful testing of LRIP systems (estimated at 18-22 months after initial award)? 9) What Contractor Logistics Support (CLS) services can be provided and how soon after award? 10) What obsolescence management capabilities does your company have; please specifically address M1A1 (with A2 suspension)? The requiring activity, PM-FP PdM Bridging, will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. If your organization is interested in this requirement, respond in writing, no later than 26 September 2025 to both Mr. Michael Ibra Email: Michael.ibra.civ@army.mil and Mr. Jason MacFarland Email: jason.c.macfarland.civ@army.mil Please Limit responses to six pages.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bffa412e096a4670866d56c449df31b0/view)
- Place of Performance
- Address: Warren, MI, USA
- Country: USA
- Country: USA
- Record
- SN07595074-F 20250919/250917230045 (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 |