Explosives and Explosive Products
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 Justice (DOJ), specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) National Center for Explosives Training and Research (NCETR), is conducting a Sources Sought for Explosives and Explosive Supplies. This market research aims to identify qualified 8(a), HUBZone, Service-Disable Veteran Owned, Woman Owned, and general Small Businesses capable of providing these products under NAICS Code 325920 – Explosives Manufacturing. The Government anticipates awarding a Multiple Award Blanket Purchase Agreement (BPA). Responses are due by March 2, 2026, at 5:00 PM Eastern Time.
Scope of Work
Respondents are sought to provide a range of explosives and explosive supplies as detailed in Attachment A - NCETR Explosives List. This includes commercial and military time fuses, igniters, powders, detonators, boosters, and cords. Contractors must be able to supply items that meet or exceed salient characteristics, providing detailed specifications for all items. The anticipated BPA will be for five (5) years, with supplies delivered in response to funded BPA Call Orders. The government expects delivery within an average of eight (8) weeks, with the option for government pickup from the vendor's location.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Multiple Award Blanket Purchase Agreement (BPA), Firm-Fixed Price
- Duration: Five (5) years (anticipated)
- Set-Aside: Targeting 8(a), HUBZone, Service-Disable Veteran Owned, Woman Owned, and general Small Businesses
- RFP/RFQ Projected Release: Early March 2026
- Anticipated Award: Early April to late May 2026
- Questions Due: February 25, 2026, 5:00 PM ET
- Responses Due: March 2, 2026, 5:00 PM ET
- Published: February 23, 2026
Evaluation
The Government will evaluate responses to determine the capability of interested small businesses. There will be no ranking of submitted capabilities. Vendors must ensure the accuracy of their SAM.gov, CAGE code, and Unique Entity ID (UEI) information and status under NAICS Code 325920.
Additional Notes
This is a Sources Sought notice for market research purposes only and is not a request for proposal or quote. No pricing information is requested, and responses are not considered offers. Respondents should not submit proprietary information, and the Government will not be responsible for any costs incurred in responding. Submissions should be in Microsoft Word and PDF format, not exceeding eight (8) one-sided pages per document (total 16 pages), with specific content requirements including company information, past experience (minimum two references), and a capability statement detailing how Attachment B - Explosives BPA requirements would be fulfilled.