SOURCES SOUGHT
13 -- Sources Sought Notice for Volcano Mine Dispenser Systems
- Notice Date
- 4/28/2025 7:47:56 AM
- Notice Type
- Sources Sought
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-25-R-15NH
- Response Due
- 5/28/2025 2:00:00 PM
- Archive Date
- 06/12/2025
- Point of Contact
- Liam J. McDonnell, Michael A. Bush
- E-Mail Address
-
liam.j.mcdonnell2.civ@army.mil, michael.a.bush89.civ@mail.mil
(liam.j.mcdonnell2.civ@army.mil, michael.a.bush89.civ@mail.mil)
- Description
- Sources Sought Notice for Volcano Mine Dispenser Systems The United States (U.S.) Army Contracting Command-New Jersey (ACC-NJ) on behalf of the Office of the Project Manager, Close Combat Systems (PM CCS), Picatinny Arsenal, NJ is issuing this Sources Sought Notice as a means of conducting market research. The results of this market research will be used to establish the acquisition strategy and method of procurement for this prospective requirement. The Government is seeking to identify potential worldwide sources interested in and possessing the industry technologies to support/provide the production, manufacturing, assembly, inspection, testing, packaging, shipping and delivery of Volcano Mine Dispenser Systems. Interested sources that prefer to produce full Volcano Mine Dispenser Systems or only major subsystems, as outlined in the applicable combination of adopted items drawing, are encouraged to respond. The Government anticipates meeting this requirement through one or more contractual vehicles. The applicable North American Industry Classification (NAICS) code for this requirement is 325920, Explosives Manufacturing. The Product Service Code (PSC) is 1345, Land Mines. The purpose of this Sources Sought Notice is to obtain information from potential sources to support anticipated Domestic and Foreign Military Sales (FMS) requirements with deliveries starting in FY26. ITEM DESCRIPTION: The Volcano system is an automated scatterable mine dispensing system designed to rapidly lay a mine field of up to 960 mines. The Volcano can be employed offensively and defensively to delay enemy movement, isolate the battlefield, and reinforce friendly fires. It can be mounted on both ground vehicle and aircraft. This requirement shall focus on the ground variant, which is composed of the following: Nomenclature: Dispenser, Mine: M139 NSN: 1095-01-235-3139 Part Number: 12553084 Description: Launcher Racks, Dispenser Control Unit, Containers Nomenclature: Mounting Kit, Mine Dispenser: M139, For Vehicle M548A1 NSN: 1095-01-331-6755 Part Number: 12927423 Description: Mounting hardware, cables, hand control unit for installation onto ground vehicle The Dispenser, Mine: M139 is composed of four launcher racks, a dispenser control unit (DCU), and shipping and storage containers. The four launcher racks hold the mine canisters in place and pass launching signals from the DCU to the canisters. The DCU controls firing signals to mine canisters and conducts built-in test of the entire mine dispensing system. The Government can provide the required launcher rack and DCU circuit card assemblies as Government Furnished Material. The mounting kit secures the M139 mine dispenser onto the vehicle through the use of structural support beam assemblies, a DCU pallet assembly, and support panel assemblies. The four launcher racks are mounted onto the two support panel assemblies. The DCU pallet assembly secures the DCU into place between mounting kit crossmember assemblies. The mounting kit also includes the required cable assemblies needed to operate the M139 system. The Government requires the Volcano Mine Dispenser System as detailed above. Potential sources must be capable of producing, manufacturing, assembling, inspecting, testing, packaging, shipping and delivery of Volcano systems or major subsystems, as outlined in the applicable combination of adopted items drawing, in accordance with applicable drawings and specifications. RESPONSE SUBMISSION DETAILS: Interested sources that prefer to produce full Volcano Mine Dispenser Systems or only major subsystems are encouraged to respond as such. To be considered a qualified source for this requirement, all interested companies shall respond by providing/submitting the following information to the Government: Brief summary of the company�s capabilities (a description of facilities, personnel, and past manufacturing experience as it relates to the above criteria) and availability. Technical and manufacturing capability and good past performance in a related industry. If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must describe/demonstrate their ability to obtain these resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. Qualification: The Volcano System must be qualified. Sources shall address their plans to qualify their production of Volcano Systems. Based on the information provided above describing the Source Sought Notice requirements: Describe or characterize your ability to meet the identified requirements. Constraints in meeting the identified requirements. Administrative and Production Lead-time to resolve potential obsolescence issues. Production lead time transition phase leading to and through a First Article Test (FAT) and to production. Provide details on the minimum order quantity, range quantity cost, lot sizes, and production rates. An assessment of risk identification in the following areas: technical, performance, cost, schedule, material/supply chain management, production, and cost (Non-Recurring Engineering (NRE) related). Cost estimate related to all NRE associated with conducting FAT for the items in question and any recurring engineering required meeting the Government�s objectives. Provide a list of volatile raw materials that may be at risk associated with this requirement; Government will evaluate. Provide evidence that you and your supply chain are ISO9001 or AS 9100 certified. If not currently certified, provide roadmap to acquire certification for you and/or your supply chain. Provide the organization's name, address, technical point of contact, position, phone number, e-mail address, mailing address, Cage Code, Duns Number, and business size. SPECIAL REQUIREMENTS: This requirement is anticipated to have a security classification level of unclassified and shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.225-7008 �Restriction on Acquisition of Specialty Metals� and DFARS 252.225-7009 �Restriction on Acquisition of Certain Articles Containing Specialty Metals�. Exception(s) to the Berry Amendment exists for qualifying countries. �Qualifying country� means a country with a reciprocal defense procurement memorandum of understanding or international agreement with the United States in which both countries agree to remove barriers to purchases of supplies produced in the other country or services performed by sources of the other country, and the memorandum of agreement complies, where applicable, with the requirements of section 36 of the Arms Export Control Act (22 U.S.C. 2776) and with 10 U.S.C. 2457. Refer to DFARS Part 225 for a list of Qualifying Countries. RESPONSE SUBMISSION DETAILS: Responses to this Sources Sought Notice must be electronically submitted to the Contract Specialists listed below in either Microsoft Word or Portable Document Format (PDF). Responses must reference the number of this Sources Sought Notice, W15QKN-25-R-15NH in the subject line of the e-mail and on all enclosed documents. All responses should include the following: Company name, address, Cage Code, Unique Entity Identifier (UEI), Point of Contact, Company Ownership (public, private, joint venture), Business Classification, and primary points of contact (POC) with email addresses, fax numbers, and telephone numbers. All contractors interested in the potential future solicitation for this requirement must be registered in System for Award Management (SAM). All submissions, written comments, or questions shall be submitted to the ACC-NJ Contract Specialists, Liam McDonnell, liam.j.mcdonnell2.civ@army.mil AND the Contracting Officer, Michael A. Bush, Michael.a.bush89.civ@army.mil no later than 1700 Eastern Standard Time (EST) on 28 May 2025. Telephone inquiries will not be accepted or acknowledged. No feedback or evaluations will be provided to companies regarding submissions. Information and materials submitted in response to this Notice WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Additionally, any information submitted by respondents to this Sources Sought Notice is strictly voluntary. Information and materials submitted in response to this notice WILL NOT be returned. ADDITIONAL INFORMATION: The Government will release the respective Volcano Mine Dispenser System TDPs, drawings, and specifications, if requested. Any interested source must have an approved DD form 2345, Military Critical Technical Data Agreement, on file with the Joint Certification Program (JCP) in order to be granted access to the Technical Information. Restricted technical data will not be available to an interested source who has not been certified through the JCP. If an interested party is not based in the U.S., a copy of their approved Export License issued by the U.S. Department of State must be provided as well. The TDP, drawings and specifications are marked as Distribution Statement F- Further dissemination only as directed by the controlling DoD office or higher DoD authority. The TDP, drawings and performance specifications contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., Appt 2401 et seq), as amended. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230-25. All respondents to this Sources Sought Notice shall show they have certification to receive export-controlled technical data (including drawings restricted by Distributions Statement F) and must have facility clearance to handle classified material. Destruction Notice Export-Controlled Technical Data: For classified documents, follow the procedures in DoD 5220.22-M, Industrial Security Manual, Section 11-19 or DoD 5200.1-R, Information Security Program Regulation, Chapter IX. For unclassified, limited documents, destroy by any method that will prevent disclosure of contents or reconstruction of the document. To request a copy of the Volcano Mine Dispenser System TDPs, drawings, and specifications: Contractors must submit their request for the TDPs, drawings, and specifications on company letterhead addressed to ACC-NJ along with the forms specified below. Submissions should be transmitted via email to the primary and secondary ACC-NJ POCs listed below: The subject line of email requests must read as follows: �Volcano Mine Dispenser Systems Sources Sought Notice W15QKN-25-R-15NH TDP Request (Company Name)� For US / Canadian contractors the request will be processed as follows: Submit the Following: DD Form 2345 Militarily Critical Technical Data Agreement After receipt of these documents, the Contract Specialist will provide the following for signature. These must then be completed and submitted to the Contract Specialists. FCDDAC Form 1350 Technical Data Questionnare Volcano / Non-Disclosure and Non-Use Agreement When all completed documents are received, the TDP, drawings, and specifications will be sent. The Government will advise regarding any additional requirements related to International Traffic in Arms Regulations (ITAR) compliance. DISCLAIMER THIS SOURCES SOUGHT NOTICE (MARKET SURVEY) IS FOR INFORMATIONAL PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR QUOTE (RFQ)/INVITATION FOR BID (IFB)/REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFQ, IFB OR RFP IN THE FUTURE. THIS NOTICE DOES NOT COMMIT THE GOVERNMENT TO CONTRACT FOR ANY SUPPLY OR SERVICE. FURTHER, THE GOVERNMENT IS NOT SEEKING QUOTES, BIDS OR PROPOSALS AT THIS TIME AND WILL NOT ACCEPT UNSOLICITED PROPOSALS IN RESPONSE TO THIS NOTICE. NO AWARD WILL BE MADE AS A RESULT OF THIS NOTICE. THE GOVERNMENT RESERVES THE RIGHT TO REJECT, IN WHOLE, OR IN PART, ANY PRIVATE SECTOR INPUT THAT RESULTS FROM THIS NOTICE. THE GOVERNMENT IS NOT OBLIGATED TO NOTIFY RESPONDENTS OF THE RESULTS OF THIS NOTICE. THE U.S. GOVERNMENT WILL NOT PAY FOR ANY INFORMATION SUBMITTED OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS NOTICE. CONTRACT INFORMATION: Contracting Office THE US ARMY CONTRACTING COMMAND � NEW JERSEY (ACC-NJ) 5418 South Scott Plaza Rd. Joint Base, MDL, NJ 08640 Primary Point of Contact: Contract Specialist Liam McDonnell Email: Liam.j.mcdonnell2.civ@army.mil Contracting Officer: Michael A. Bush Email: Michael.a.bush89.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/58ebf489539a41868b875c1db35d2e14/view)
- Record
- SN07423845-F 20250430/250428230056 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |