Flexible Confined Detonating Cord (Detonating Fuzes) (MS91 or MS92)
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 notice to identify capable sources for the production and delivery of Flexible Confined Detonating Cord (Detonating Fuzes) MS91 and MS92. These fuzes serve as interconnecting explosive media for canopy severance assemblies in AH-64 series helicopters. Responses are due by February 19, 2026.
Scope of Work
This opportunity seeks manufacturers for two specific items:
- MS91 (NSN 1377-01-186-9900): Part Numbers 51135-2 and 822101-2.
- MS92 (NSN 1377-01-186-9901): Part Numbers 51135-7 and 822101-7. The cord is critical for the canopy severance assemblies of AH-64 series helicopter crew compartment doors and windows.
Critical Capabilities & Requirements
Manufacturing these items requires specialized skills and equipment, including:
- Radiographic and Radiographers, Radiographic equipment.
- Experience with propellant manufacturing and casting.
- Energetic material and explosive handling and loading.
- Welding, machining, bridgewire and electrical circuitry, and shock wave propagation. Vendors must demonstrate established expertise and the ability to obtain necessary resources, including radiographic equipment, to ensure timely and efficient production of conforming end items. Specifications require compliance with LAT sample IAW ANSI/ASQ Z1.4-2003 (R2013), Inspection Level II.
Submission Requirements
Interested companies should provide:
- A brief summary of company capabilities (facilities, personnel experience, quality system, past manufacturing experience, capacity).
- Identification of potential key sub-tier vendors/subcontractors and subcontracted processes.
- Minimum and maximum monthly production quantities and available capacity.
- Company size status for NAICS code 325920 (Business Size Standard: 750 employees).
- Mitigation strategies for supply chain risks (price volatility, scarcity).
- Company contact information (name, address, POC, phone, email, TIN, DUNS, CAGE Code). Contractors must be registered in SAM.gov.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research stage); respondents must indicate business size and socio-economic status.
- Response Due: February 19, 2026
- Published: February 5, 2026
Important Notes
This is for information and planning purposes only and is not a Request for Proposal. The government will use responses to develop an acquisition strategy and will not award a contract based on this notice. All submitted information will be held confidential. Responses should be sent electronically to Caitlyn Smith, Meghan Newman, and Emily Kundel, referencing "Sources Sought W519TC-26-SS024 Response" in the subject line.