M1A2 & M1A3 Bangalore Torpedo Demo Kit
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 (ACC-RI), on behalf of the Office of the Project Manager Close Combat Systems (OPM-CCS), is conducting market research to identify potential sources for manufacturing and delivering DEMOLITION KIT, BANGALORE TORPEDO: 5FT, M1A2 and 2.5FT, M1A3. The government is considering a firm-fixed-price production contract with five one-year ordering periods, targeting yearly production quantities of 700-1,500 for each kit. Responses are due April 29, 2026.
Scope of Work
This opportunity requires capabilities for manufacturing, packaging, inspecting, testing, and delivering Bangalore Torpedo Demolition Kits in accordance with Government-owned Technical Data Packages (TDPs). Key manufacturing capabilities include metal parts processing, explosive loading and handling, and Load Assemble Pack (LAP) of final products. First Article Testing (FAT) and Lot Acceptance Testing (LAT) at both component and end-item levels will be required.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Potential Contract Type: Firm-Fixed-Price Production Contract
- Duration: Five one-year ordering periods
- Estimated Yearly Quantity: 700-1,500 units of M1A2 and M1A3 each
- NAICS Code: 332993 – Ammunition (except Small Arms) Manufacturing (Size Standard: 1,500 employees)
- PSC Code: 1375 – Demolition Materials
- Response Due: April 29, 2026, 3:00 p.m. EST
- Published: April 14, 2026
Eligibility & Set-Aside
This requirement may be set-aside for small businesses (in full or in part), procured through full and open competition, or awarded on a sole source basis. All small business socio-economic categories (8(a), HUBZone, VOSB, SDVOSB, SDB, WOSB) will be considered. Respondents should indicate their organization’s size status and any socio-economic certifications.
Submission Requirements
Interested companies should submit:
- Company details (name, CAGE, POC, address, business size, socio-economic certifications).
- Indication of interest as prime or subcontractor.
- A brief summary of capabilities (facilities, personnel, quality system, relevant experience).
- Plan for obtaining additional resources within 120 days if not currently available.
- Discussion on feasibility/alternatives to preferred lead times (270 days for FAT, 365 days for production deliveries).
- History of producing these items (if applicable), including customer, production rate, and contract number.
- Assumptions, recommendations regarding price range breaks, or other useful information.
- Minimum stand-alone order quantity for initial and follow-on production.
- Identification of components/materials subject to price volatility/scarcity and mitigation strategies.
Submissions must be electronic (Microsoft Word or PDF) via email to david.v.shaffer.civ@army.mil, referencing the notice number in the subject line. Technical Data Packages (TDPs) are available upon request via SAM.gov, requiring explicit access, DD2345, and potentially a Use and Non-Disclosure Agreement.
Important Notes
This is for informational purposes only and does not constitute a solicitation or commitment by the government. No funds are available for response preparation. Do not submit classified material.