SOURCES SOUGHT
13 -- Pyrophoric Devices/Aerial Density Source, Infrared Countermeasure Decoys
- Notice Date
- 9/30/2025 9:11:58 AM
- Notice Type
- Sources Sought
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
- ZIP Code
- 61299-0000
- Solicitation Number
- W519TC25R0056
- Response Due
- 10/30/2025 1:00:00 PM
- Archive Date
- 11/14/2025
- Point of Contact
- Kimberlee Gravert, Joseph DePover
- E-Mail Address
-
kimberlee.i.gravert.civ@army.mil, joseph.r.depover.civ@army.mil
(kimberlee.i.gravert.civ@army.mil, joseph.r.depover.civ@army.mil)
- Description
- INTRODUCTION The U.S. Army Contracting Command � Rock Island (ACC-RI) on behalf of the Office of the Project Manager Close Combat Systems (PM CCS), Picatinny Arsenal, NJ; PMA-272 Advanced Tactical Aircraft Protection Systems (ATAPS), Patuxent River, MD; Air Force Life Cycle Manager Center (AFLCMC), Countermeasures Program Manager, Hill Air Force Base, UT; and Technology Applications Program Office (TAPO) Fort Eustis, VA, is issuing this Sources Sought Notice as a means of conducting market research to identify potential sources having an interest in and industry technologies available to support this effort. The results of this market research will be used to establish the acquisition strategy and method of procurement if a requirement materializes to support/provide the manufacture, assembly, inspection, testing, packaging, shipping and delivery of the Pyrophoric Devices/Aerial Density Source, Infrared Countermeasure Decoys. Based on the responses to this Sources Sought Notice/market research, this requirement may be procured (in full or in part) via a small business set-aside (SBSA) or via 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 to companies regarding submissions. PROGRAM BACKGROUND Pyrophoric Devices/Aerial Density Source, Infrared Countermeasure Decoys are countermeasures used by U.S. Army, U.S. Navy, and U.S. Air Force aviation platforms to protect the aircraft from infrared homing missiles. This procurement effort supports current military operations, war reserve requirements, training requirements and Foreign Military Sales (FMS). REQUIRED CAPABILITIES The Government requires Pyrophoric Devices/Aerial Density Source, Infrared Countermeasure Decoys that will provide U.S. aircraft protection against advanced air-to-air and surface-to-air infrared weapon systems as an effective solution against infrared seeking Man Portable Defense (MANPAD) missiles. These Pyrophoric Devices/Aerial Density Source, Infrared Countermeasure Decoys must be at a full-rate production or at least at a Technology Readiness Level 7 (TRL 7) or higher and must be in a 1x1x8, 1x2x8 and 36mm form factor. Such devices must be compatible with the AN/ALE-47 Airborne Countermeasure Dispenser System. Potential sources shall be capable of producing, manufacturing, assembling, inspecting, testing, packaging and shipping the Pyrophoric Devices/Aerial Density Source Infrared Countermeasure Decoys. All respondents to this market survey should show they have certification to receive/send export-controlled technical data (including drawings restricted by Distributions Statement D) and must have a 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. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 �Restriction on Acquisition of Specialty Metals� and 252.225-7009 �Restriction on Acquisition of Certain Articles Containing Specialty Metals�. ELIGIBILITY The applicable NAICS code for this requirement is 325998 with a Small Business Size Standard of 650 (number of employees). The Product Service Code (PSC) is 1370. SUBMISSION DETAILS Interested parties should submit a brief capabilities statement package (no more than ten 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in the Required Capabilities section. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Responses to this Sources Sought Notice must be electronically submitted to the Contract Specialist listed below in either Microsoft Word or Portable Document Format (PDF) no later than 3:00 p.m. Central Standard Time (CST) 30 calendar days from release of this Sources Sought Notice. Responses must reference the number of this Sources Sought Notice in the subject line of the e-mail and on all enclosed documents. All responses should include the following information: 1. 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. 2. Provide a brief summary of the company's capabilities including a description of facilities, personnel, technical, manufacturing capabilities and how they directly related to the pyrophoric material, estimated minimum and maximum monthly production capacities, the minimum procurement quantity required for production and illustrate their ability to test to the Performance Specification. 3. Respondents should state whether they are currently, or have in the past, manufactured this item or similar items. Additionally, addressing if manufacturing resources are shared with other items/production lines and identify the approximate amount shared. Responses should also include the company�s current business structure: (a) Company Name (b) Company Address (c) Company Website (d) Company Point of Contact and Phone Number (e) Type of Business and business size (Small Business, Large Business, 8a Small Business, Hub zone Small Business, or Service Disabled Veteran Small Business) (f) Number of Employees (g) facility cage code. 4. If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must describe their ability to obtain these resources. 5. Any constraints in meeting the identified requirements. 6. Production lead time transition phase leading to and thru a First Article Test (FAT), and from successful completion of FAT to production. 7. Provide a brief summary of potential associated risks in the following areas: technical, schedule, material/supply chain management, production. ADDITIONAL INFORMATION Any interested source must have an approved DD form 2345, Military Critical Technical Data Agreement, on file with the Joint Certification Program (JCP) to be granted access to any 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. All contractors interested in the potential future solicitation for this requirement must be registered in System for Award Management (SAM). Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Kimberlee Gravert, and Contracting Officer, Joe DePover, in either Microsoft Word or Portable Document Format (PDF), via email to kimberlee.i.gravert.civ@army.mil and joseph.r.depover.civ@army.mil by the due date of this market survey. If a formal Solicitation is generated at a later date, a separate Solicitation Notice will be published. No award will be made as a result of this Market Survey. All information is to be submitted at no cost or obligation to the Government. The information provided will not be returned. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions via e-mail only. All responses shall reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request 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. 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. CONTACT INFORMATION Contracting Office THE US ARMY CONTRACTING COMMAND � ROCK ISLAND (ACC-RI) U.S. Army Contracting Command - Rock Island Munitions and Industrial Base Directorate 3055 Rodman Avenue Rock Island, IL 61299-8000 Point of Contact: Joe DePover, Contracting Officer Email: joseph.r.depover.civ@army.mil Point of Contact: Kim Gravert, Contract Specialist Email: kimberlee.i.gravert.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5be2047ae5894fa38af41a0b3a73cf71/view)
- Place of Performance
- Address: Rock Island, IL 61299, USA
- Zip Code: 61299
- Country: USA
- Zip Code: 61299
- Record
- SN07609000-F 20251002/250930230042 (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 |