The Army Contracting Command - New Jersey is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the M240 Series Machine Gun.
The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) 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 to companies regarding submissions.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
PROGRAM BACKGROUND
The M240 Machine Gun (MMG) is a gas operated, air cooled, belt-fed 7.62mm weapon that fires North Atlantic Treaty Organization (NATO) standard ammunition from an open bolt position. It features a folding adjustable bipod (M240B, M240H, M240L), quick change barrel assembly with integral carrying handle and gas system, feed cover, bolt assembly (which allows closing of the cover regardless of bolt position), spade grip assembly (M240D, M240H), collapsible buttstock (M240B, M240L), integral optical sight rail, and forward rails (M240B, M240H, M240L). The M240L features a titanium receiver, redesigned barrel assembly with recontoured outer dimensions, titanium carrying handle, and lighter weight gas housing; as well as pistol grip/trigger frame assembly composted of a metal/polymer hybrid.
REQUIRED CAPABILITIES
The Government requires the fabrication, inspection testing, First Article Testing, ongoing Lot Acceptance Tests and delivery of the weapon system and spare parts as built to the U.S. Government Technical Data Package. The intent of this Sources Sought is to assess the state-of-the art of the technology available in fabrication/production of the M240 Series Machine Gun. Should a resulting contract be awarded, the First Article Sample would be submitted to the Government 180 days after contract award, and monthly production deliveries would commence within 75 days after Government approval of the First Article Sample. Production Deliveries would ramp up from 50 per month to 150 per month by the fifth (5) delivery. Depending on the final Government requirement, a final production capacity of 400 M240s per month may be required. A Technical Data Package (TDP) will not be provided with this sources sought notice. Additionally, the Government requires training support (Operator and Maintenance) for Foreign Military Sales customers.
Responding sources shall provide:
1) A description of the production capability and quality assurance plan including but not limited to:
a) Experience in fabrication techniques including: investment castings, steel forgins, machining from billet stock (steel and titanium) with tolerances as tight as 1/1000 of an inch (or higher), riveting parts to assembly dimensions as tight as 1/1000 of an inch (or higher), heat treating capabilities (including induction hardening, through hardening, stress relieving), and final protective finish capabilities (including chrome, phosphate).
b) Description of facilities/equipment to include testing ranges (minimum 100m in length) with instrumentation (bullet velocity, dispersion, and yaw as well as weapon rate of fire), and physical security for weapons and ammunition storage (including Defense Security System (DDS) approval).
c) Confirmation of possession of a valid Federal Firearms license to manufacture destructive devices.
d) Registration with the State Department under the International Traffic in Arms Regulations (ITAR).
e) Description of quality assurance plan and inspection capability, including certification or compliance to ISO 9001:2008 (or equivalent).
f) Confirmation of established configuration management procedure to include protecting proprietary technical data.
g) Experience with weapon serialization include control and application of Item Unique Identification (IUID) markings.
h) Personnel’s past experience.
i) The current monthly sustainable production rate.
j) Production lead time needed to meet First Article Test and the monthly delivery quantity of 150 per month;
k) A description of additional resources needed in order to meet a delivery rate of 400/month if applicable;
m) Production of similar items whether "other Government/Military contracts" or "Non-Governmental" contracts and the monthly production quantities of such; and
2) A description of training capability including but not limited to:
a) Operator course that covers the system's capabilities, limitations, interfaces, and operations. Preventive Maintenance Checks and Services (PMCS), capabilities and function of the system, and operations/operator maintenance.
b) Maintenance course that details appropriate level using the technical manuals, general-purpose test equipment, and all available diagnostics. This course shall provide students with the knowledge and understanding of the system capabilities, limitations, interfacing, operations, maintenance tasks, and required skill sets.
c) Qualified personnel to provide training programs of instruction, as well as translators.
ELIGIBILITY
The applicable NAICS code for this requirement is 332994- Small Arms, Ordnance, and Ordnance Accessories Manufacturing with a Small Business Size Standard of 1,000 employees. The Product Service Code (PSC) is 1005-Guns, through 30mm.
SUBMISSION DETAILS
Interested businesses should submit a brief no more than 20 pages capabilities statement package demonstrating ability to provide the products/systems listed in this Technical Description. 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.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Melissa Jimenez- Tenesaca, and Sergio F Moraga, Contracting Officer in either Microsoft Word or Portable Document Format (PDF), via email to: melissa.s.jimenez-tenesaca.civ@army.mil, and sergio.f.moraga.civ@army.mil no later than 5:00 p.m. EST on February 2, 2026 and 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.
If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, Fax, web site address, telephone number, type of ownership for the organization, CAGE, DUNS, NAICS, location of where primary work will be performed; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
Primary Point of Contact:
Sergio F Moraga
Contracting Officer
sergio.f.moraga.civ@army.mil
Secondary Point of Contact:
Melissa Jimenez- Tenesaca
Contract Specialist
melissa.s.jimenez-tenesaca.civ@army.mil