W519TC-26NB076-SS Aircraft Fire Extinguisher Cartridge JL42-44
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 PM-CCS (Project Manager, Close Combat Systems), is issuing a Sources Sought notice to identify capable sources for the production and delivery of Aircraft Fire Extinguisher Cartridges (JL42, JL43, JL44). This market research aims to gather information from interested companies with the necessary manufacturing capabilities. Responses are due by March 23, 2026.
Scope of Work
The requirement is for three types of electrically initiated, screw-in type fire extinguisher cartridges (NSNs: 1377-01-502-2107, 1377-01-502-2119, 1377-01-502-2129), specifically CCU-125/A models. These cartridges consist of a steel body, three steel contact pins, a bridgewire, and an output cup, designed to mate with a bayonet connector and install in a valve assembly tank for aircraft fire suppression. Manufacturing requires critical skills including propellant manufacturing and casting, energetic material handling, welding, machining, bridge wire and electrical circuitry, and shock wave propagation. Technical Data Packages (TDPs) are classified as Distribution C – limited distribution.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 325920 (750 employees size standard)
- Set-Aside: None specified
- Response Due: March 23, 2026
- Published: March 9, 2026
Response Requirements
Interested companies should provide:
- A summary of company capabilities (facilities, personnel experience, quality system, past manufacturing experience) and capacity.
- Identification of key sub-tier vendors/subcontractors and subcontracted components/processes.
- Minimum and maximum monthly production quantities and available capacity.
- Company size status for NAICS 325920.
- Identification of components/materials subject to price volatility or scarcity and mitigation strategies.
- Company name, address, point of contact, phone number, email address, taxpayer identification number, DUNS number, and CAGE Code.
Important Notes
This is for information and planning purposes only and is not a Request for Proposal. The U.S. Government does not intend to award a contract based on this notice. Information submitted will be used to develop a future acquisition strategy and will be held confidential. Contractors must be registered in the System for Award Management (SAM) database prior to any potential future award.