Anti-Personnel Obstacle Breaching System, MN79 & Anti-Personnel Obstacle Breaching System Inert, MN84
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 Army Contracting Command – Rock Island (ACC-RI) is conducting market research through this Sources Sought notice to identify qualified manufacturers for Anti-Personnel Obstacle Breaching Systems (APOBS), including both the live (MN79) and inert (MN84) versions. This effort aims to inform the future procurement method, which may include Small Business Set-Asides or full and open competition. Interested sources must submit capabilities statements by April 20, 2026, 12:00 PM EST.
Scope of Work
The requirement is for the manufacturing and delivery of:
- APOBS System: A self-contained, one-shot expendable linear demolition charge system designed for breaching lanes through wire and anti-personnel mine obstacles (approximately 45m long, 0.6m wide). It comprises a shipping/storage container, front and rear backpack assemblies with line charges, and a rocket motor/fuze assembly.
- APOBS Inert Trainer: A non-energetic replica of the live system for training purposes.
- Technical Specifications: Systems must adhere to specific drawings and specifications, including WS 35168 Rev J and drawing 87012A0000 Rev AB. Any exceptions must be clearly explained.
- Testing: Contractors will be required to perform First Article and Lot Acceptance Tests.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Potential Small Business Set-Aside (all categories considered) or Full and Open Competition.
- Response Due: April 20, 2026, by 12:00 PM EST
- Published: April 6, 2026
Submission & Evaluation
Interested companies must submit a capabilities statement package (maximum 10 pages, 10pt font, bullet format) via email to Shawn Kerr and Megan M. Kirby. The submission should detail:
- Company capabilities, facilities, and personnel experience.
- Manufacturing/procurement capacity and quality systems.
- Potential subcontractors and past performance.
- Input on potential pre-manufacturing engineering reviews, recommended lead-times for First Article Test (FAT) and production, minimum order quantities, monthly delivery rates, and strategies for accelerated deliveries.
- Identification of supply chain risks (volatility/scarcity).
- Rough Order of Magnitude (ROM) unit prices for specific quantities in Fiscal Year 2027. Responses will be used to determine the method of procurement if a requirement materializes.
Eligibility
- NAICS Code: 325920 (Explosives Manufacturing), with a business size standard of 750 employees.
- All interested contractors must be registered in the System for Award Management (SAM.gov).
- Access to detailed drawings and specifications requires registration with the Joint Certification Program (JCP) and execution of a Non-Disclosure/Non-Use Agreement (DD Form 2345 or Export License for non-US entities).
Additional Notes
This is not a Request for Proposal (RFP); no contract will be awarded based on this notice. Telephone inquiries will not be accepted or acknowledged. Responses are voluntary and at no cost to the Government.