Initiator Delay Cartridge (JL56/JL57)
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Feb 09, 2026. Industry: NAICS 325920 • PSC 1377.
Market snapshot
Awarded-market signal for NAICS 325920 (last 12 months), benchmarked to sector 32.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 325920
Description
The U.S. Army Contracting Command – Rock Island, on behalf of Project Manager, Close Combat Systems (PM-CCS), is issuing a Sources Sought notice to identify capable sources for the production and delivery of the following items.
Item NSN: Part Number DODIC
Initiator Delay,
Cartridge Actuator Initiator 1377-01-723-6642 855330-06 JL56
Initiator Delay,
Cartridge Actuator Initiator 1377-01-723-6646 855330-01 JL57
Data List/Part Numbers/Drawing Numbers:
ITEM DATA/PART/DRAWING NUMBER REVISION REVISION DATE
Initiator Delay,
Cartridge Actuator Initiator JL56, PIN 855330-06 - -
Initiator Delay,
Cartridge Actuator Initiator JL57, PIN 855330-01 - -
Specifications:
ITEM Specifications REVISION REVISION DATE
Initiator Delay,
Cartridge Actuator Initiator ANSI/ASQ Z1.4 - October 2013
Initiator Delay,
Cartridge Actuator Initiator ANSI/ASQ Z1.4 - October 2013
ITEM DESCRIPTIONS:
JL56: this delay initiator is made of aluminum and stainless steel 6.07 inches long and 1.63 inches wide. It contains a percussion primer containing Lead Styphnate/Tetrazene proprietary explosive mix RDM Boron/Potassium Nitrate and HES 8028.6.
JL57: this delay initiator is made of aluminum and stainless steel and is approximately 6.07 inches long 1.63 inches wide. It contains a percussion primer containing Lead Styphnate/Tetrazene, RDM, Boron/Potassium Nitrate, HES 8028.6 and a proprietary explosive mix.
CRITICAL PROCESSES/SKILLS: The manufacture of this item requires skills, which include, but are not limited to:
Radiographic and Radiographers, Radiographic equipment
Critical processes and skills vary depending on the family of items, but may include experience with propellant manufacturing and casting, energetic material and/or explosive handling and loading, welding, machining, bridgewire and electrical circuitry, and shock wave propagation.
An acceptable vendor must be able to display the skills of its employees and established expertise in completing essential operations of manufacturing the Initiator Delay, Cartridge Actuator Initiator. Respondents to this Sources Sought must have or have the ability to obtain the available skills required to perform all production and testing operations necessary to deliver conforming end items to the U.S. Government. These skills must be available with sufficient experience and proficiency to produce these items in a timely and efficient manner. A respondent must also have or have the ability to obtain the appropriate radiographic equipment and radiographic skills required to support quality production limitations. Any significant lead times with equipment or materials associated with production of these items should also be noted.
RESPONSES: Interested companies who consider themselves capable of manufacturing the Initiator Delay, Cartridge Actuator Initiator are invited to indicate their interest by providing the U.S. Government with the following information:
- A brief summary of the company’s capabilities (a description of the facilities, personnel experience, quality system, and past manufacturing experience) and capacity. If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available, then it must be able to demonstrate its ability to obtain those resources without significant delay.
- Identify and include a brief summary of any potential key sub-tier vendors or subcontractors and identify key components or processes that would be subcontracted.
- Identify minimum and maximum monthly production quantities and identify the available capacity considering any other known production.
- Identify your company’s size status for the identified NAICS code in the response.
- Due to the 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.
The NAICS code for these items is 325920 with a business size standard of 750 employees. As noted above, please indicate your business size and socio-economic status in your response. Also be sure to provide the company name, address, point of contact, phone number, e-mail address, taxpayer identification number, DUNS number, and CAGE Code. Contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from a planned solicitation for these items. Contractors may obtain information on SAM registration by visiting: https://www.acquisition.gov.
This sources sought announcement is for information and planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this sources sought announcement or otherwise pay for information solicited. Industry responses to this sources sought will not represent binding offers, and the U.S. Government cannot accept an industry response to form a binding contract. The U.S. Government intends to use any information submitted in response to this request to develop an acquisition strategy for future requirements of this item.
To be eligible for contracts with the U.S. Government, Contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from a planned solicitation for these items. Contractors may obtain information on SAM registration by visiting: https://www.acquisition.gov. All interested companies are highly encouraged to get registered in SAM immediately. The U.S. Government will hold all information submitted in a confidential status.
All submissions are requested electronically no later than 09 February 2026 in order to be considered in the development of the acquisition strategy for these items. Send all responses to Ms. Caitlyn Smith at caitlyn.l.smith3.civ@army.mil, Ms. Meghan Newman at meghan.p.newman.civ@army.mil, and Ms. Emily Kundel at emily.a.kundel.civ@army.mil. Responses to this sources sought announcement should reference in the subject: Sources Sought W519TC-26-SS073 Response.
Points of Contact:
Caitlyn Smith, Contract Specialist
Phone: (520) 693-0085
Email: caitlyn.l.smith3.civ@army.mil
Army Contracting Command – Rock Island
Rock Island, IL
61299-8000
Meghan Newman, Contract Specialist
Phone: (520) 851-5892
Email: meghan.p.newman.civ@army.mil
Army Contracting Command – Rock Island
Rock Island, IL
61299-8000
Emily Kundel, Contracting Officer
Phone: (571) 588-8585
Email: emily.a.kundel.civ@army.mil
Army Contracting Command – Rock Island
Rock Island, IL
61299-8000
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.