SOURCES SOUGHT TECHNICAL DESCRIPTION
FOR
DEMOLITION KIT, BANGALORE TORPEDO, M1A2 & M1A3
INTRODUCTION
The U.S. Army Contracting Command – Rock Island (ACC-RI), on behalf of the Office of the Project Manager for Close Combat Systems (OPM-CCS) is conducting a Market Survey to identify potential sources capable of manufacturing and delivering the DEMOLITION KIT, BANGALORE TORPEDO, M1A2 (Department of Defense Identification Code M028, NSN 1375-00-926-1948) and the DEMOLITION KIT, BANGALORE TORPEDO: 2.5FT, M1A3 (Department of Defense Identification Code MP03, NSN 1375-01-528-7226). The U.S. Government is considering a Firm Fixed Price (FFP) production contract with five one-year ordering periods and a yearly production quantity of approximately 700-1,500 of each the M1A2 and M1A3.
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/SYSTEM DESCRIPTION
DODIC: M028
DEMOLITION KIT, BANGALORE TORPEDO, M1A2
P/N 13113421 / NSN: 1375-00-926-1948 (5-foot version)
The M1A2 Bangalore Torpedo Demolition Kit consists of ten (10), 5-foot tubes with ten (10) connecting sleeves, ten (10) priming adapters, and one (1) nose sleeve. Each tube is filled with a main charge of approximately 10.5 pounds of Composition B-4 explosive; a booster assembly, located at each end of the tube, contains 0.25 pounds (0.5 pounds total) of Composition A-3. The tubes are joined end-to-end by connecting sleeves until the desired length is attained. The maximum total system length is 50 feet.
DODIC: MP03
DEMOLITION KIT, BANGALORE TORPEDO: 2.5FT, M1A3
P/N 13010551 / NSN: 1375-01-528-7226 (2.5-foot version)
The M1A3 Bangalore Torpedo Demolition Kit consists of eight (8), 2.5-foot tubes with eight (8) connecting sleeves, eight (8) priming adapters, and two (2) nose sleeves. Each tube is filled with a main charge of approximately 5.25 pounds of Composition B-4 explosive; a booster assembly, located at each end of the tube, contains 0.25 pounds (0.5 pounds total) of Composition A-3. The tubes are joined end-to-end by connecting sleeves until the desired length is attained. The maximum total system length is 20 feet.
The primary use of the Bangalore Torpedo is to clear a three-to four-meter-wide path through barbed wire entanglements. The nose cone sleeve, secured to the lead tube, facilitates pushing the tube(s) through the obstacle without getting tangled. After one or more assembled tubes have been positioned under the obstacle, the tubes are detonated using a blasting cap or other initiating methods.
REQUIRED CAPABILITIES:
The Government requires the manufacture, inspection, testing, and delivery of the Bangalore Torpedo kits in accordance with the Government owned Technical Data Packages (TDPs). The respondent must have available most of the skills, facilities, and equipment to manufacture, test/inspect, and deliver the Bangalore Torpedo kits. Specific manufacturing capabilities include but are not limited to manufacturing and processing metal parts, explosive loading and handling, and Load Assemble Pack (LAP) of the final products/kits. First Article Testing (FAT) as well as Conformance/Lot Acceptance Testing (LAT) at the component and end-item level to include physical measurements and functional testing will be required. If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to describe and 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. The intent of this Sources Sought is to identify and assess sources capable of manufacturing, packaging, inspecting, testing, and delivering the Bangalore Torpedo kits.
TECHNICAL DATA PACKAGES/SPECIFICATIONS
For the purposes of this market research, TDPs for each part number (kit) will be made available to assist in responding to this survey. Requests for the technical data must be made through the contracting Point of Contact (POC), following the instructions provided below, however, respondents will not be precluded from submitting their capabilities/qualification data and any pertinent information if the TDP is not obtained.
Respondents who request and receive TDPs shall destroy them in accordance with DoD 5220.22-M or DoD 5200.1-R upon the Closure of Market Survey.
To obtain copies of the TDPs, interested parties must submit the following:
- E-mail the requester’s DD Form 2345 Military Critical Technologies Data Agreement, certified current by the U.S. and Canada Joint Certification Office (JCO).
- E-mail the completed AMSTA-AR Form 1350 Technical Data Request Questionnaire
- Email the fully executed Non-Disclosure and Non-Use Agreement.
ELIGIBILITY
The applicable 2022 North American Industrial Classification System (NAICS) code for this requirement is 332993 – Ammunition (except Small Arms) Manufacturing with a Small Business Size Standard of 1,500 employees. The Product Service Code (PSC) is 1375 – Demolition Materials. Please indicate your organization’s Small Business status including certification of HUBZone, Veteran Owned and Woman Owned status in your response.
SUBMISSION DETAILS
RESPONSES: Interested companies who consider themselves capable of manufacturing the M2A1 and M1A3 are invited to indicate interest by providing the U.S. Government with the following information:
- Name of company and CAGE code
- Point of Contacts name, telephone number and E-mail address
- Company address
- Business size information
- Identification of whether you are interested in this opportunity as a prime or a subcontractor.
- Provide a brief summary of the company's capabilities (a description of the facilities, personnel experience, quality system, and past/current relevant manufacturing experience and processes).
- Discuss the feasibility of or alternatives to the U.S. Government's preferred lead-time of 270 days after award for FAT and 365 days after award for production deliveries to commence.
- Provide Rough Order of Magnitude (ROM) prices for an approximate FY27 production quantity of 500-7,500 each and a ROM for each First Article Test sample.
- Identify minimum and maximum monthly production quantities and identify the available capacity.
- Identify if the firm has ever produced the items. If so, please state when it was last produced, who the customer was, the production rate under that contract, and the contract number.
- Please include any assumptions made, recommendations regarding price range breaks, or any additional information you feel might be useful to the U.S. Government if it is determined to proceed with a formal Request for Proposal (RFP).
- Provide the minimum stand-alone order quantity necessary to go into production of Bangalore, initially and for any potential follow-up order?
- Provide the minimum sustainable, preferred and maximum monthly delivery rates for your company. Identify and describe potential subcontractor capacity restraints that would have a significant impact on production capacity and please identify the impact each restraint has on monthly delivery rates.
- Due to current global supply chain and other factors, respondents are asked to identify any components or materials that may be subject to price volatility or scarcity and address what their firm is doing to mitigate risk related to obtaining materials, price impacts, and production stability.
Submission should be in contractor format, no less than 10-point font. No phone or email solicitations with regards to the status of the solicitation will be accepted prior to its release. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are “best” estimates only.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Colin Sommers, in either Microsoft Word or Portable Document Format (PDF), via email colin.m.sommers.civ@army.mil no later than 3:00 p.m. Eastern Standard Time (EST) on 15 August 2025 and reference this synopsis number in the subject line of the e-mail and on all enclosed documents. Email submittals are restricted to a maximum file size of eight (8) Megabytes (MB). In the event that the email submission is larger than 8MB, separate into several emails or contact the contract specialist for additional instructions. 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 Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.