Anti-Personnel Obstacle Breaching System, MN79 & Anti-Personnel Obstacle Breaching System Inert, MN84
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Army Contracting Command – Rock Island (ACC-RI) has issued a Sources Sought notice for Anti-Personnel Obstacle Breaching Systems (APOBS), including both live (MN79) and inert (MN84) versions. This is for market research to identify capable manufacturers and determine future procurement methods, which may include small business set-asides or full and open competition. Responses are due May 6, 2026, by 4:00 PM EST.
Scope of Work
ACC-RI seeks sources capable of manufacturing and delivering the APOBS system. The APOBS is a self-contained, one-shot expendable linear demolition charge system designed for breaching lanes through wire and anti-personnel mine obstacles. It comprises a shipping/storage container, front and rear backpack assemblies with line charges, and a rocket motor/fuze assembly. An inert trainer (MN84) is also required. Systems must meet specific technical drawings and specifications (e.g., WS 35168 Rev J, drawing 87012A0000 Rev AB). Contractors will be required to perform First Article and Lot Acceptance Tests.
Submission & Evaluation
Interested companies must submit a capabilities statement (maximum 10 pages, 10pt font) detailing their ability to provide these systems. Submissions should include information on company facilities, personnel experience, quality systems, manufacturing/distribution experience, technical capability, potential subcontractors, and past performance. Respondents are also requested to provide input on pre-manufacturing engineering reviews, recommended lead-times for First Article Test (FAT) and production, minimum order quantities, monthly delivery rates, and strategies for accelerated deliveries. Rough Order of Magnitude (ROM) unit pricing for specific quantities and fiscal years is also requested.
Eligibility & Set-Aside
The relevant NAICS Code is 325920 (Explosives and Ammunition Manufacturing) with a size standard of 750 employees. Respondents must indicate their business size. Access to detailed drawings and specifications requires registration with the Joint Certification Program (JCP) and potentially a Non-Disclosure/Non-Use Agreement. The method of procurement, including potential small business set-asides or full and open competition, will be determined based on market research results.
Contract & Timeline
- Opportunity Type: Sources Sought
- Response Due: May 6, 2026, 4:00 PM EST
- Published Date: April 6, 2026
Additional Notes
This is not a Request for Proposal (RFP), and no contract will be awarded based on this notice. All interested contractors must be registered in the System for Award Management (SAM). Telephone inquiries will not be accepted; written questions via email only.