Opportunity
SAM #W15QKN-26-X-1BMR
Market Research for Lightweight Shoulder Launched Munition (SLM-LW) Systems and Training Devices
Buyer
Department of the Army
Posted
April 28, 2026
Respond By
May 28, 2026
Identifier
W15QKN-26-X-1BMR
NAICS
332993, 332994, 336415
The U.S. Army Contracting Command - New Jersey is seeking industry input for the production and delivery of Lightweight Shoulder Launched Munition (SLM-LW) systems and related training devices. - Government Buyer: - U.S. Army Contracting Command - New Jersey (ACC-NJ) - On behalf of U.S. Army Capability Program Executive Ammunition & Energetics (CPE A&E), Office of the Project Manager Close Combat Systems (PM CCS) - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Products/Services Requested: - Lightweight Shoulder Launched Munition (SLM-LW) Tactical System - Single-shot, disposable system - Capable of engaging light armor, bunkers, reinforced concrete, adobe, and triple brick structures - Maximum carry weight: 15 lbs; maximum stowed length: 42 inches - Must be operational in various environmental conditions and capable of being fired from enclosures - SLM-LW Sub-Caliber Trainer - Trainer system replicating tactical SLM-LW for form, fit, and firing function using sub-caliber tracer ammunition - Includes operator and maintenance manuals - SLM-LW Field Handling Trainer (FHT) - Inert training device for non-live fire tactical training - SLM-LW Trainer Spare Parts - Spare parts for maintenance of SLM-LW training devices - Unique or Notable Requirements: - All systems must meet strict weight, size, and performance criteria - Manufacturing and technology readiness levels (MRL/TRL) of 8 are preferred - U.S.-based load, assemble, and package (LAP) operations required - Compliance with the Berry Amendment and relevant DFARS clauses - NAICS code: 332993 (Ammunition Manufacturing, except small arms) - PSC: 1315 (Ammunition, over 75mm through 125mm)
Description
INTRODUCTION The U.S. Army Contracting Command - New Jersey (ACC-NJ), on behalf of the U.S. Army Capability Program Executive Ammunition & Energetics (CPE A&E), 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 to identify potential sources having an interest and industry technologies available for the production and delivery of lightweight shoulder launched munition (SLM-LW). USG Technical Data Packages (TDPs) will not be made available. This effort will support Department of War ammunition stockpile and training requirements for SLM-LW. The period of performance (POP) of this requirement is expected to be five (5) years and may result in a Requirements Contract or Indefinite Delivery Indefinite Quantity with Firm Fixed Price (FFP) Orders. The Government seeks to identify potential sources interested in and capable of providing technologies to meet the Army’s SLM-LW requirement. The SLM-LW will be single-shot, disposable, and capable of engaging multiple targets (light armor, earth/timber bunkers, reinforced concrete, adobe, and triple brick structures). Potential sources will be able to support/provide manufacturing, production, inspection, testing, packaging, shipping, and delivery of a SLM-LW solution. This includes procurement of SLM-LW training devices and spare parts for trainer maintenance. Potential training devices include a SLM-LW sub-caliber trainer and inert Field Handling Trainer (FHT), including operator’s manuals and maintenance manuals. The training solution aims to increase Soldier proficiency with the SLM-LW and ensure its successful integration into combat operations. The market research will help determine the procurement method if a requirement materializes. Based on responses, this requirement may be set aside for small businesses (full or partial) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided regarding submissions. DISCLAIMER This Sources Sought is for informational purposes only. It is not a Request for Proposal (RFP) and does not constitute a solicitation or a commitment by the Government. Responses are not offers, and the Government is under no obligation to award a contract. No funds are available for response preparation. Any information submitted is voluntary. PROGRAM BACKGROUND CPE A&E, PM CCS, has a requirement for a lightweight SLM capability (tactical and trainer system) operated by an individual Soldier at the Squad level. The solution should be an improvement over existing systems, primarily lighter weight, enabling urban operations against light-armored vehicles and structural targets with increased lethality and reduced burden on the soldier. It must be effective day or night, at close ranges, and safe to engage targets from within enclosures. REQUIRED CAPABILITIES The SLM-LW tactical solution should have the following capabilities: The lightest possible solution, with a total maximum carry weight of 15 lbs. The most compact system with a maximum stowed length of 42 inches or less. Capability to penetrate, defeat, and incapacitate personnel within light armor, earth/timber bunkers, double-reinforced concrete, adobe, and triple brick structures. One-shot disposable system. Engagement range from 30 meters up to 200 meters (or greater). Functionality under various environmental conditions, including temperature ranges: operational -40°F to +140°F, storage -50°F to +160°F. The preferred solution will have a Technology Readiness Level (TRL) of 8; if TRL 7, efforts to reach level 8 should be described. TRL 7 indicates a tested prototype; TRL 8 indicates a fully qualified system. The solution should have a Manufacturing Readiness Level (MRL) of 8; if MRL 7, efforts to reach level 8 should be described. MRL 7 indicates capability to produce in a production-representative environment; MRL 8 indicates demonstrated pilot line readiness for Low-Rate Initial Production (LRIP). System capable of being Fired From Enclosure (FFE). Ability to deliver a model-based Technical Data Package (TDP), including format (e.g., PTC Creo), to support Materiel Release Requirements. SLM-LW requires a sub-caliber trainer system capable of replicating the tactical system for form, fit, and firing function, using sub-caliber tracer ammunition that matches the ballistics of the tactical round. A DoW qualified or commercial ammunition is preferred but not required. Field Handling Trainer (FHT): An inert training device that replicates the form, fit, and functions of the SLM-LW for training soldiers on operation and tactical scenarios without live fire. SPECIAL REQUIREMENTS Any resulting contract is anticipated to be UNCLASSIFIED. It shall comply with the Berry Amendment (10 U.S.C. 2533a and 2533b) restrictions on specialty metals, in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The anticipated NAICS code is 332993 (Ammunition (Except Small Arms) Manufacturing) with a Small Business Size Standard of 1,500 employees. The Product Service Code (PSC) is 1315 – Ammunition, over 75mm through 125mm. Includes components except fuzes and primers, pyrotechnic cartridges, chemical warfare cartridges, and projectiles. Excludes fuzes and primers. SUBMISSION DETAILS Interested businesses should submit a capabilities statement (no more than 12 pages, 10-point font) demonstrating ability to provide the listed products/systems. Responses must be in Microsoft Word or PDF, in bullet format, and sent via email. No phone or email inquiries about the RFP will be accepted before its release. Respondents are not obligated to provide the services described. Responses should reference this Sources Sought Notice number in the subject line and include: Business size, organization name, address, website, ownership type, and primary POC with contact info. Capability statements addressing the requirements, with supporting documentation. Information on subcontracting or teaming, if applicable. If applicable, details on current or past similar services provided to other government or non-government entities, including contact info. Responses must also address: Evidence of TRL 8 and MRL 8 attainment, including qualification test data. Availability of detailed fuzing drawings and safety descriptions. Description of explosives, quantities, and manufacturing capability. Details of the sub-caliber trainer solution, including maturity and availability. Any constraints in meeting capabilities. Production line status, delivery timelines, and surge capacity. Plans for load, assemble, and package (LAP) operations in the U.S. by year 3. Summary of potential risks (technical, schedule, production). Supply Chain Risk Management (SCRM) processes and mitigation strategies. Company capabilities, facilities, personnel, and production rates. Environmental sustainability efforts. Subcontracting or teaming plans, including workload percentages. Details on efforts as a subcontractor, if applicable. Current or past provision of similar items to government or non-government clients. All responses should be submitted electronically to Contract Specialist Zachary Smith at zachary.m.smith112.civ@army.mil and Contracting Officer Heather Gandy at heather.a.gandy.civ@army.mil by 3:00 p.m. EST on 28 May 2026, referencing this synopsis number in the subject line and on all documents. Submitted materials will not be returned. Do not submit classified material. The system attributes are detailed in the Draft System CDD-U / Draft Performance Specification, available upon request through the POC. All proprietary or confidential information will be protected from release outside the Government.