M3 Demolition Attack Munition (DAM)

Agency:
State: New Jersey
Level of Government: Federal
Category:
  • 13 - Ammunitions and Explosives
Opps ID: NBD00159911741350501
Posted Date: Feb 15, 2024
Due Date: Apr 2, 2024
Source: Members Only
Follow
M3 Demolition Attack Munition (DAM)
Active
Contract Opportunity
Notice ID
W15QKN-24-X-0Z8L
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-NJ
Office
W6QK ACC-PICA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 15, 2024 11:25 am EST
  • Original Response Date: Apr 02, 2024 11:59 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1375 - DEMOLITION MATERIALS
  • NAICS Code:
    • 325920 - Explosives Manufacturing
  • Place of Performance:
    Picatinny Arsenal , NJ 07806
    USA
Description

INTRODUCTION:

The U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, NJ 07806-5000, on behalf of the Office of the Product Manager - Close Combat Systems (PM-CCS), is issuing this Sources Sought Notice as a means of conducting market research to identify potential sources having an interest and capability of manufacturing and delivering the M3 Demolition Attack Munition (DAM).

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 DESCRIPTIONS:

1. M3 DAM (National Stock Number (NSN) 1375-01-380-1378) is a multipurpose, one-shot, anti-materiel/demolition munition designed to be readily portable and hand-emplaced against light armored infantry vehicles, wheeled and tracked support vehicles, parked aircraft, and petroleum storage sites. The DAM can operate day or night during all weather conditions, and at close range or at a standoff distance of up to 25 feet to defeat selected targets using an Explosively Formed Penetrator (EFP) warhead. The DAM can be fired from bottom-attack and side-attack with a blasting cap by Command Detonation mode and Timed Mode when coupled with a timed fuze. Initial deliveries are anticipated to begin approximately 12 months after award, with an initial buy of approximately 8,000 DAMs up to 20,000 DAMs, requiring, at minimum, fabrication, validation, and testing the M3 DAM Assembly to meet all Technical Data Package (TDP) requirements.





GENERAL INFORMATION:

It is anticipated that any resultant contract would address five (5) years of Government requirements. A respondent to this survey should demonstrate adequate technical and manufacturing capability along with successful experience in the explosives processing industry. A respondent to this market survey must currently exhibit or be able to obtain the skills and facilities required to manufacture and supply these items. A respondent should be able to identify specific components or subassemblies that may be available for manufacture/supply by Small Business.





If a respondent is interested only in subcontracting opportunities for individual components, it should be indicated in the response what portion of the requirement the respondent will produce.

REQUIRED CAPABILITIES:

The Government requires the manufacture, inspection, testing, and delivery of these items/systems in accordance with the Government owned TDP and Product Specifications/Descriptions as applicable. Capabilities must include experience and facilities for development, laboratory and field-testing, and fabrication of the energetic and mechanical assemblies similar to the M3 Demolition Attack Munition. The offeror must have facilities to store the High Explosive (HE) and Ammunition, Arms, and Explosives (AA&E) Category II. Respondents should also address their ability to perform prototype development and fabrication, failure analyses and corrective actions of mechanical assemblies containing explosives, manufacturing, and assembly operations; quality control, storage of components, assemblies, and explosives; to perform Load Assemble and Pack (LAP) operations; minimum/maximum production quantities; and ability to create precision EFP liners and warheads. Provide descriptive literature to substantiate your ability to meet all the above requirements. If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available, then they must be able to demonstrate their ability to obtain those resources without significant delay.

TECHNICAL DATA PACKAGES/SPECIFICATIONS:

For the purposes of this market research, top level drawings and Product Descriptions will be made available to assist in responding to this survey. Request for the technical data must be made through electronically through the contracting Point of Contacts (POC), Ms. Lois McFadden, lois.h.mcfadden.civ@army.mil, Ms. Rebecca Markell, rebecca.l.markell.civ@army.mil, 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 drawings and Product Descriptions shall destroy them in accordance with DoD 5220.22-M or DoD 5200.1-R upon the Closure of Market Survey.

To obtain copies of the TDP and Product Specifications/Descriptions, interested parties must submit the following:

a) 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).

b) E-mail the completed AMSTA-AR Form 1350 Technical Data Request Questionnaire



c) Email the fully executed Non-Disclosure and Non-Use Agreement.



Highest Distribution Statement is Distribution F: Distribution is authorized to DoD Qualified US Ordnance Contractors. Further Dissemination only as directed by Commander, US Army ARDEC, ATTN: AMSTA-AR-FSP-M, Picatinny Arsenal, NJ 07806-5000. This Technical Data Package contains sensitive technology on a new weapon system. This determination was made on 24 October 1990.





Export Control Warning: WARNING – The TDP contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et. seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., App. 2401 et. seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25.





ELIGIBILITY:

The applicable 2022 North American Industrial Classification System (NAICS) code for this requirement is 325920 - Explosives 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:

Interested companies who have the necessary capabilities should respond by submitting the following information: 1) a tailored summary of your company's capabilities to include a description of your company's facilities, personnel, and past manufacturing experience (for like or similar items); 2) your company’s Contractor and Government Entity (CAGE) Code and System for Award Management (SAM) Unique Entity Identifier (UEI) 3) business size information as it applies to NAICS Code 325920; 4) estimated maximum monthly production quantities (identify if manufacturing resources required to produce these items are shared with other items/production lines); 5) Minimum Procurement Quantity (MPQ) required for economical production. 6) interested parties should identify potential first-tier small business vendors and subcontractors in their response. Include the name, address and UEI and/or the CAGE code. Information provided should include the component or part number and estimated price. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

Any resultant solicitation will include curve pricing with an estimated minimum quantity of 5,000 M3 DAM units and a maximum of 29,999 units. The Government is seeking input from industry on the most advantageous quantities.





Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ms. Lois McFadden, lois.h.mcfadden.civ@army.mil, or the Contracting Officer, Ms. Rebecca Markell, rebecca.l.markell.civ@army.mil, in either Microsoft Word or Portable Document Format (PDF), via email no later than 11:59 p.m. Eastern Daylight Time (EDT) on 2 April 2024 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Email submittals are restricted to a maximum file size of eight (8) Megabytes (MB). In the event that 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.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 15, 2024 11:25 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >