Initiator Delay Cartridge (JL56/JL57)
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 Initiator Delay Cartridges (JL56/JL57). This market research aims to gather information for a future acquisition strategy. Responses are due February 9, 2026.
Scope of Work
The requirement is for the manufacture of two specific Initiator Delay, Cartridge Actuator Initiator items:
- JL56 (NSN: 1377-01-723-6642, P/N: 855330-06, DODIC: JL56): An aluminum and stainless steel delay initiator, 6.07 inches long and 1.63 inches wide, containing a percussion primer with a proprietary explosive mix (Lead Styphnate/Tetrazene, RDM Boron/Potassium Nitrate, HES 8028.6).
- JL57 (NSN: 1377-01-723-6646, P/N: 855330-01, DODIC: JL57): Similar in material and dimensions to JL56, also containing a percussion primer with a proprietary explosive mix.
Critical Capabilities & Skills
Manufacturers must possess or be able to obtain critical skills and equipment, including:
- Radiographic and Radiographers, Radiographic equipment.
- Experience with propellant manufacturing and casting.
- Energetic material and/or explosive handling and loading.
- Welding, machining, bridgewire and electrical circuitry, and shock wave propagation.
- Ability to perform all production and testing operations to deliver conforming end items.
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 components/processes.
- Minimum and maximum monthly production quantities and available capacity.
- Company size status for NAICS code 325920 (750-employee size standard).
- Identification of components/materials subject to price volatility/scarcity and mitigation strategies.
- Company name, address, point of contact, phone, email, taxpayer identification number, DUNS number, and CAGE Code.
- Contractors must be registered in SAM.gov.
Key Dates & Contacts
- Response Due: February 9, 2026, by 6:00 PM ET.
- Published Date: January 26, 2026.
- Submission: Electronically to Caitlyn Smith (caitlyn.l.smith3.civ@army.mil), Meghan Newman (meghan.p.newman.civ@army.mil), and Emily Kundel (emily.a.kundel.civ@army.mil).
- Subject Line: "Sources Sought W519TC-26-SS073 Response".
Additional Notes
This is a Sources Sought for information and planning purposes only and is not a Request for Proposal (RFP). The Government does not intend to award a contract based on this announcement and will use the information to develop a future acquisition strategy.