Mobile Extended Range 120MM Mortar Technologies
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 02, 2026.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
DESCRIPTION AND BACKGROUND
The United States (U.S.) Army Contracting Command-New Jersey (ACC-NJ), Picatinny Arsenal, New Jersey 07806-5000, is issuing this RFI/sources sought announcement as part of a market research effort on behalf of U.S Army Combat Capabilities Development Command (DEVCOM) Armaments Center (AC) at Picatinny Arsenal, New Jersey.
The U.S. Army has been evaluating capabilities to meet the performance needs of fielding a weapon to support Multi-Domain Operations (MDO) as part of the new Army Transformation Initiative (ATI) strategy. This analysis has confirmed the importance of a lightweight, high mobility, indirect fire support system to field to units to perform on the modern battlefield. To guide prototyping efforts and help develop a future acquisition strategy, DEVCOM AC is assessing industry’s capabilities regarding extended-range 120mm mortars. Responses to this RFI can cover all applicable systems, sub-systems or products that can align with the effort’s aggressive scope and schedule; alternatively, responses may address the role of Prime Integrator for the DEVCOM AC supported weapon system. In absence of a prime, the U.S. Government is willing to consider acting as a primary integrator of technologies from vendors.
The goal of the effort is to provide a system capable of providing indirect fire support for airborne and air assault operations, capable of providing cost effective mass fires with a ~30%-50% range increase over existing M120A1 capabilities, and reduced blast overpressure. To be survivable in threat environments, the system is to be integrated with a prime mover or platform in the class of a light tactical vehicle and be highly mobile. To accomplish this, the U.S. Government is interested in new architectures, loading methods, blast mitigation methods and novel technologies.
The program must demonstrate full system capability by 2028. The vehicle platform, onto which the weapon system is integrated, must be in production and fielded by the time of planned demonstration. Technology demonstrations and experimentation events are necessary prior to the capability demonstration. It is also preferred, but not necessary that the vendor provide plans for domestic production capabilities associated with full-rate production. Responses should include estimated program schedules citing time for prototype development, the estimated time to reach Low Rate Initial Production (LRIP), and production rates by Fiscal Year (FY) 2034.
Responses, whether addressing the full scope or specific elements, will be evaluated to inform and refine the technology development plan.
Interested parties are requested to provide information regarding their relevant capabilities within the 20-page limitations by providing the following information:
A cover sheet must be included with the following information:
- Company Name
- Address
- Point of Contact
- E-mail Address
- Phone Number
- Cage Code
- Unique Entity Identifier (UEI)
- Primary Business and Market Areas
- Business Type (e.g., Large Business, Small Business, Small Disadvantaged Business, 8(a), HUBZone, Woman-owned Small Business, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business)
- Narrative describing your company’s core capabilities and expertise that are relevant to performance in the above mentioned component areas.
All responses shall address the following:
- Proposed role in the 120mm mortar system
- Current capability and major customers you are supplying proposed capability
- Major industry partners and suppliers
- Existing facilities, equipment, and workforce
- Summary of past and present contracts supplying 120mm component/system with Point of Contacts.
Electronic responses are required in searchable Microsoft Word, Microsoft Excel and/or Adobe Acrobat formats. All CUI responses shall be submitted via Department of Defense (DoD) Secure Access File Exchange (SAFE). Please request a link by contacting nicole.a.estrada3.civ@army.mil. All other responses shall be submitted via e-mail to Kim M. Potempa Niedosik, kim.m.potempaniedosik.civ@army.mil and Nicole Estrada, nicole.a.estrada3.civ@army.mil.
The subject line shall be “DEVCOM AC E120 RFI Responses”. Responses shall be submitted as UNCLASSIFIED and received no later than 1500 EST on 02 March 2026.
TELEPONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions via e-mail only.
DISCLAIMER: This is a request for information (RFI) only. This RFI is for the purpose of conducting market research to provide data for planning purposes. This RFI synopsis announcement does not constitute a formal solicitation, and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. Any proprietary information submitted by your company must be marked as such. Not responding to this notice does not preclude participation in any future Request for Proposal (RFP), if any is issued.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.