BSU-33 C/B Conical Fin Assembly
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 U.S. Army Contracting Command - Rock Island, on behalf of Project Manager Close Combat Systems (PM CCS), is issuing a Sources Sought to identify capable manufacturers for the BSU-33 C/B Conical Fin Assembly (NSN 1325-01-614-4020; P/N: 923AS900). This market research aims to support Fiscal Years 2028-2032 requirements, with an anticipated Firm Fixed Price (FFP) production contract. Responses are due March 2, 2026.
Scope of Work
This requirement supports U.S. Air Force and Navy bombing missions, providing the fin assembly for the 500 lb. MK 82/BLU-111 General Purpose Bomb. The BSU-33 C/B Fin is approximately 26.11 inches long, with a 15.06-inch fin span, weighing 22.1 lbs, and is fabricated from steel alloys.
Key manufacturing processes include:
- Welding (AWS D17.1 Class A/B, AWS D17.2 resistance)
- Heat treating, machining, coatings, and metal forming
The contractor will be responsible for manufacturing the ADU-426/E Pallet Adapter. The Government anticipates providing the MK3 MOD 0 Pallet as Government Furnished Material (GFM). Successful completion of First Article Acceptance, Preproduction, and Lot Acceptance tests will be required.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract: Firm Fixed Price (FFP) production contract with five one-year ordering periods.
- Anticipated Quantity: Approximately 3,000-5,000 units per year for FY2028-2032.
- Set-Aside: None specified (market research stage)
- Response Due: March 2, 2026, 12:00 PM CT
- Published: January 20, 2026
Technical Data Package (TDP) Access
The TDPs are classified as Distribution D, limited to Department of Defense (DOD) and US DOD Contractors Only, and are export-restricted. Interested vendors must be registered with the U.S./Canada Joint Certification Program (JCP). Access to TDPs requires a SAM.gov account, and will only be granted to the individual listed as the Data Custodian (Block 3 on DD Form 2345). Requests for top-level drawings should be made via the SAM.gov "attachments/links" tab and by sending a copy of the approved DD Form 2345 to the specified point of contact.
Response Requirements
Interested companies should provide:
- Company details (name, CAGE, POC, address, business size)
- Interest as prime or subcontractor
- Summary of capabilities (facilities, personnel, quality system, relevant experience)
- Feasibility/alternatives for lead-times (270 days FAT, 365 days production)
- Rough Order of Magnitude (ROM) prices for FY28 production (3,000-5,000 units) and FAT samples
- Minimum/maximum monthly production quantities and available capacity
- History of BSU-33 C/B Fin production (if any)
- Assumptions, price range recommendations, and any additional useful information
- Identification of components/materials subject to volatility/scarcity and mitigation strategies
Additional Notes
This is for information and planning purposes only and does not constitute a Request for Proposal. The Government will use responses to develop an acquisition strategy. Contractors must be registered in SAM.gov prior to any potential award. All submitted information will be held confidential.