M829A4 Cartridge, 120mm, Armor Piercing, Fin Stabilized, Discarding Sabot with Tracer (APFSDS-T)
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Apr 08, 2026. Industry: NAICS 332993 • PSC 1315.
Support routes that fit this solicitation
Market snapshot
Awarded-market signal for NAICS 332993 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 332993
Description
Description:
The U.S. Army Contracting Command - New Jersey, on behalf of the Office of the Project Manager, Maneuver Ammunition Systems (PM-MAS), is seeking possible sources for the production of the M829A4 Cartridge, 120mm, Armor Piercing, Fin Stabilized, Discarding Sabot with Tracer (APFSDS-T).
The M829A4 is the most effective anti-armor kinetic energy cartridge round fired from the M256 120mm smoothbore cannon mounted on the Abrams Main Battle Tank. The cartridge incorporates advancements in propulsion, penetrator and sabot design. The projectile system consists of a Depleted Uranium Penetrator, a flight stabilizing multi-bladed fin, and a composite sabot.
Specifications:
The M829A4 Cartridge will be procured to a Detailed Specification (DTL) and Technical Data Package (TDP) marked Distribution Statement D, Distribution authorized to U.S. Department of Defense and U.S. DOD Contractors only. Offerors must be registered with the U.S./Canada Joint Certification Office to obtain a copy of the specifications (See www.dlis.dla.mil/jcp/ for instructions and information). Offerors should submit their certification via DD Form 2345 or register immediately.
Planned Acquisition:
A five-year, Firm Fixed-Price (FFP) production contract is contemplated for this acquisition. The Government anticipates making one award. However, should industry have an alternate contract strategy/contract type for this potential effort, that information along with any supporting rationale should be included with the submission. Deliveries will be required within 24 months after contract award.
Submission Information:
THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. Interested companies should submit their qualifications and capabilities electronically within 30 days of this notice by email to: nicole.l.mayol.civ@army.mil and erin.m.donaldson2.civ@mail.mil. Interested companies should respond by providing the Government with the following information:
(1) Name of company and CAGE Code;
(2) Point of Contacts name, telephone number and E-mail address;
(3) Company address;
(4) Business size information;
(5) Identification of whether you are interested in this opportunity as a prime or a subcontractor;
(6) A brief summary of the company’s capabilities (to include organizations, description of facilities, equipment, manufacturing process, inspection capability, skills, personnel) and potential subcontractors’ capabilities;
(7) Experience with depleted uranium and composite sabots;
(8) A brief summary of possible partnering/teaming arrangements;
Please identify any proprietary information submitted. A respondent to this survey must have the majority of the skills and facilities that are required to manufacture this item. If a respondent does not have these resources (technical, manufacturing, personnel, etc.) available, then it must demonstrate its ability to obtain them in a reasonable time period. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet the same resource criteria as the prime contractor.
This is a market survey, not a pre-solicitation notice. If a formal solicitation is generated at a later date a solicitation notice will be published. All information is to be submitted at no cost or obligation to the Government.
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.