SSN Injection Molded Components
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 Combat Capabilities Development Command – Armaments Center (DEVCOM-AC) is conducting market research through this Sources Sought notice to identify manufacturers capable of producing SSN Injection Molded Components. The components must meet specific material, color, quality, and dimensional requirements. Responses are due by March 26, 2026.
Scope of Work
The requirement is for injection molded components made from POLYETHERIMIDE UNFILLED (ULTEM 1000) in accordance with ASTM D5205. Components must be black (SAE-AMS-STD-595 series), free of defects (cracks, splits, burrs, corrosion, foreign matter), have a surface finish of 32 Ra, and meet a drawing weight of 0.8 +/- 0.1 grains and strict dimensional requirements. The contractor must be able to produce 500,000 pieces per year, delivering at least 40,000 pieces per month for a minimum of two years. Raw material inspections at the contractor's facility, coordinated with DEVCOM Points of Contact, are required prior to delivery of any lot.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 332992 (Small Arms Ammunition Manufacturing, 1,300 employees size standard)
- PSC: 1305 (Ammunition, Through 30mm)
- Set-Aside: None specified; businesses of all sizes are encouraged to respond.
- Response Due: March 26, 2026, by 5:00 PM ET
- Published: March 5, 2026
Submission Requirements
Interested vendors should submit a capability statement including:
- NAICS and PSC.
- Organization name, address, primary points of contact (email, phone), website, CAGE Code, DUNS number, and business size (large, small, disadvantaged, veteran-owned, woman-owned, etc.).
- Tailored capability statements addressing the requirements, highlighting verifiable experience with similar projects for DoD, federal government, or commercial sectors. Identify major partners/suppliers if subcontracting/teaming is anticipated.
- Confirmation of GPC acceptance and any associated processing fees. Responses should be sent to Gloria Thoguluva and Howard Kane via email. Phone inquiries will not be addressed.
Additional Notes
This is for informational purposes only and is not a Request for Proposal (RFP). It does not constitute a solicitation or a commitment by the Government. No funds are available for response preparation. Not responding does not preclude participation in future solicitations.