84mm Family of AT4 Munitions (AT4) and 84mm Multi-Role Anti-Armor/Anti-Personnel Weapon System (MAAWS) Ammunition
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, W6QK ACC-PICA, is conducting a Sources Sought for market research to identify qualified manufacturers of 84mm Family of AT4 Munitions (AT4) and 84mm Multi-Role Anti-Armor/Anti-Personnel Weapon System (MAAWS) Ammunition. This is for planning purposes to develop an acquisition strategy, potentially including Foreign Military Sales (FMS) requirements. Responses are due by February 27, 2026, at 5:00 p.m. EDT.
Scope of Work
Interested businesses should submit a capabilities statement demonstrating their ability to provide these munitions. Key information requested includes:
- Business Details: Organization name, address, POCs, email, phone, website, type of ownership, and business size.
- Technical & Manufacturing Capability: Description of facilities, equipment (including testing ranges with instrumentation), manufacturing processes, inspection capability (e.g., ISO 9001:2008), personnel, and past experience in the explosives processing industry.
- Production Capabilities: Current production rates (minimum sustainable and maximum attainable monthly) for AT4/MAAWS or similar munitions, approximate delivery times after award, and Minimum Procurement Quantity (MPQ) for economical production.
- Supply Chain Management: Identification of components/materials subject to price volatility or scarcity, and mitigation strategies for risk related to obtaining materials, price impacts, and production stability.
- Past Performance: Whether similar services are provided to other government agencies or commercial customers.
- Teaming/Subcontracting: If significant subcontracting is anticipated, address the administrative and management structure.
Respondents must possess a majority of the required skills and facilities or demonstrate a clear ability to obtain them in a timely fashion. Sub-tier vendors or subcontractors must also meet these criteria.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Response Due: February 27, 2026, 5:00 p.m. EDT
- Published: January 30, 2026
Evaluation
Responses will be used solely to inform the Government's acquisition strategy for future requirements. This notice does not constitute a solicitation, and the Government will not return submitted materials. Misinformed strategies due to insufficient responses could lead to significant delays in future solicitations.
Additional Notes
Capability statements (no more than ten 8.5 X 11 inch pages, 10-point font minimum) should be submitted electronically in Microsoft Word or PDF format. All contractors must be registered in SAM.gov. Proprietary information will be protected. Do not submit classified material.
Submission Contacts:
- Ryan Feeney: ryan.j.feeney3.civ@army.mil
- Rebecca Markell: rebecca.l.markell.civ@army.mil
Reference the synopsis number (b2ce4cb19ebe47df8902c42b755330db) in the email subject line and on all enclosed documents.