Lightweight Shoulder Launched Munition (SLM-LW) - Sources Sought
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 U.S. Army Contracting Command - New Jersey (ACC-NJ), on behalf of the U.S. Army Capability Program Executive Ammunition & Energetics (CPE A&E), is conducting market research via a Sources Sought notice for a Lightweight Shoulder Launched Munition (SLM-LW). This effort aims to identify potential sources for the production and delivery of a new, lighter SLM capability, including tactical and training systems. Responses are due by May 28, 2026.
Scope of Work
The requirement is for a single-shot, disposable SLM-LW capable of engaging multiple targets such as light armor, earth/timber bunkers, reinforced concrete, adobe, and triple brick structures. Key capabilities include:
- Weight: Maximum 15 lbs.
- Length: Maximum 42 inches (stowed).
- Range: 30 to 200 meters (or greater).
- Environmental: Operational -40°F to +140°F; Storage -50°F to +160°F.
- Maturity: Preferred Technology Readiness Level (TRL) 8 and Manufacturing Readiness Level (MRL) 8. TRL/MRL 7 solutions will be considered with a plan to achieve level 8.
- Features: Fired From Enclosure (FFE) capable, model-based Technical Data Package (TDP) required.
- Training: Includes sub-caliber trainer system (replicating form, fit, firing function with tracer ammunition) and inert Field Handling Trainer (FHT) with manuals.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Requirements Contract or Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) Orders.
- Period of Performance: Expected five (5) years.
- NAICS: 332993 (Ammunition (Except Small Arms) Manufacturing), Size Standard 1,500 employees.
- PSC: 1315 (Ammunition, 75 Mm Through 125 Mm).
- Set-Aside: Not specified; market research will inform procurement strategy, with all small business set-aside categories considered.
- Security Classification: Anticipated UNCLASSIFIED.
- Compliance: Berry Amendment (10 U.S.C. 2533a and 2533b).
- Response Due: May 28, 2026, by 3:00 p.m. EST.
- Published: April 28, 2026.
Submission Requirements
Interested businesses must submit a capabilities statement (max 12 pages, 10pt font) via email to Zachary Smith (zachary.m.smith112.civ@army.mil) and Heather Gandy (heather.a.gandy.civ@army.mil). Submissions should be in bullet format and address:
- Evidence of TRL 8 and MRL 8 (or TRL/MRL 7 with plan).
- Fuzing details, safety, and US Army fuze standards compliance.
- Description of explosives, quantities, and past performance in explosives processing.
- Sub-caliber trainer solution, FHT, and sustainment planning.
- Constraints in meeting requirements.
- Production line status, delivery timelines, projected rates, and surge capability.
- Ability to conduct Load, Assemble, and Package (LAP) operations in CONUS NLT contract year three.
- Potential technical, schedule, and production risks.
- Supply Chain Risk Management (SCRM) process, tools, and mitigation strategies for material volatility/scarcity.
- Company capabilities, facilities, personnel, technical/manufacturing expertise, and production capacity (min/max monthly, MPQ).
- Environmental friendliness and sustainability plans.
- Subcontracting/teaming arrangements (percentages, business size, management).
- Current provision of similar items to other government/non-government customers.
Additional Notes
This is for informational purposes only and does not constitute a solicitation. The Government will use responses to develop an acquisition strategy, which may include full and open competition or small business set-asides. USG Technical Data Packages (TDPs) will not be made available. A CUI document (Draft System CDD-U / Draft Performance Specification) is available upon request through the POCs.