84mm Family of AT4 Munitions (AT4) and 84mm Multi-Role Anti-Armor/Anti-Personnel Weapon System (MAAWS) Ammunition
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Feb 27, 2026. Industry: NAICS 332993 • PSC 1315.
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.
Point of Contact
Agency & Office
More in NAICS 332993
Description
The U.S. Army Contracting Command New Jersey (ACC-NJ) on behalf of the U.S. Army Project Manager Close Combat Systems (PM CCS) is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available for the production and delivery of 84mm Family of AT4 Munitions (AT4) and 84mm Multi-Role Anti-Armor/Anti-Personnel Weapon System (MAAWS) Ammunition, hereinafter referred to as “AT4-MAAWS.” Technical Data Packages (TDPs) will not be made available.
This effort will be a production program supporting Department of War ammunition stockpile and training requirements for AT4-MAAWS. The period of performance (POP) of this requirement is expected to be five (5) years and may result in a Requirements Contract with Firm Fixed Price (FFP) Orders.
The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition or other than full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
PROGRAM BACKGROUND
The AT4 Munition is a hand-held, disposable, stand-alone, direct fire Shoulder Launched Munition (SLM) designed to defeat multiple targets. The 84mm MAAWS ammunition supports the operational and training requirements for the M3/M3A1 Carl Gustaf recoilless rifle and are also designed to defeat multiple targets.
REQUIRED CAPABILITIES
Description of AT4 Munitions and MAAWS Ammunition are as follows:
1) The M136A1 AT4CS-RS (an associated variants) is a hand-held, single-shot, disposable, stand-off munition item designed to defeat light and medium armor under all-weather/visibility conditions. The AT4CS-RS can be fired from within an enclosure.
2) HEDP-502 RS. The 84mm HEDP-502 RS Cartridge is assembled with a free-flight, fin-stabilized projectile containing a dual purpose shaped-charge warhead with the capability for instantaneous or delayed function and intended to be fired from the M3.
3) HE-441D RS. The 84mm HE-441D RS Cartridge is assembled with a free-flight, spin-stabilized projectile and is effective against troops in the open and in slit trenches, machine gun posts, soft-skinned transport vehicles, soft/wooden frame structures, and concrete/earth and timber structures. This cartridge also possesses airburst capability.
4) TPT 141. The TPT 141 is intended to be used in training with the M3. The TPT 141 projectile does not contain any fuze or explosives. It is aerodynamically stabilized in flight and fitted with a tracer that is visible throughout the flight up to 400 meters. The tracer’s burn time is approximately 2 seconds.
5) Sub-caliber Adapter CA 553B. The SCA 553B is a training device fielded with the M3. The adapter is externally similar in shape to the HEAT cartridge. Loading, arming and firing operations with the M3 are the same as when firing full-up ammunition.
6) 7.62mm Tracer Round. The 7.62mm tracer round is a down-loaded special round intended for use with the SCA 553B and is effective when firing at ranges up to 700m.
7) Primer, Percussion, L498, for MAAWS. The percussion primer cap ignites both the back blast simulator and 7.62mm tracer.
8) Simulator, Backblast, L612, for MAAWS. The backblast simulator produces flash and sound that resembles firing the live round.
9) Multi Target (MT) 756. The 84mm MT-756 is a wall piercing round. The tandem warhead consists of precursor (PC) and follow-through-charge (FTC). When hitting the wall, the PC detonates and creates a hole in the wall. The FTC passes through the hole, detonating behind the wall distributing steel fragments and creating a blast effect.
10) ASM-509. The 84mm ASM-509 is an anti-structure munition designed to defeat targets like walls and parapets made of bricks and light concrete. The round can also be used to engage Light Armored Vehicles. The fuze system in ASM-509 has two modes, an Impact mode (I) and a Delay mode (D). The Impact mode is used to defeat walls and parapets as well as light armored vehicles. To defeat an enemy behind a wall or inside a field fortification, the Delay mode is used.
11) HEAT-551C RS. The 84mm HEAT-551C RS Round (High-Explosive Anti-Tank) is intended for use against all types of Armored Fighting Vehicles. It is also effective against concrete bunkers, landing craft and similar hard targets. In addition to its great penetrating power, the fragments of the shell body have a highly lethal effect on personnel in close proximity to the target. The shell is fitted with a rocket motor, which starts when the shell has left the barrel.
12) ADM 401/401B. The 84mm ADM (Area Deterrent Munition) 401/401B are rounds intended for area protection, deterring personnel in the open or thin-skinned vehicles. The ADM 401 round will spread approximately 1100 flechettes against the target area, at a distance of 100m, while, the ADM 401B (not procured under new procurement action) canister contains approximately 300 steel ball bearings and has an effective range of 200m.
13) Target Practice TP 552. The 84mm Carl Gustaf TP 552 Round is intended for use as a training aid with flight characteristics which correspond with the HEAT-551C RS round. The round contains no fuze system, booster, or main charge. The projectile has a rocket motor.
14) SMOKE 469C. The 84mm SMOKE 469C round is intended for tactical use on the battlefield, to blind direct-fire weapons. On impact, a smoke screen with a width of 10 to 15 m and with good screening effect is instantly obtained.
15) ILLUM 545C. The 84 mm ILLUM 545C round has been designed to meet the requirement for a very quick illumination of target areas. It has an Illuminating area of 400-500m in diameter, and illuminates for approximately 30 seconds.
16) 20MM Cannon-Caliber Training System (CCTS). The 20 mm CCTS is a training weapon for the 84mm M3. The loading, aiming and firing operations with the main weapon is the same as when firing service ammunition. The ammunition - 20mm tracer round- is intended for use when firing at ranges up to 300m.
SPECIAL REQUIREMENTS
Any resulting contract is anticipated to have a security classification level of UNCLASSIFIED. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.
ELIGIBILITY
The North American Industry Classification (NAICS) Code is 332993, Ammunition (Except Small Arms) Manufacturing with a Small Business Size Standard of 1,500 employees. The Product Service Code (PSC) is 1315 – Ammunition, over 75mm through 125mm.
Includes: Components except Fuzes and Primers; Pyrotechnic Cartridges and Projectiles; Chemical Warfare Cartridges and Projectiles.
Excludes: Fuzes and Primers.
SUBMISSION DETAILS
Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description / Required Capabilities as listed above. Documentation should be in bullet format. Provide a description of facilities/equipment to include testing ranges with instrumentation, manufacturing processes, inspection capability to include compliance with International Standards Organization 9001:2008 or equivalent, personnel, past experience, current production capabilities (including minimum sustainable and maximum attainable monthly production rates of the above described munition/s and ammunition items or any munition/ammunition similar to the AT4-MAAWS). Also, provide description of approximate delivery of each item after award and production rates. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.
If your organization has the potential capacity to provide the required products/systems, please provide the following information:
1) Business size,
2) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and
3) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. Identify if all requirements can be met. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Please address if your company is currently providing similar services to another government agency or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially (outside the federal Government.). If you elect to identify your past and current customers to which you provided similar products, include the customers/company name and point of contact, phone number and address/e-mail where they can be contacted.
4) Interested companies should respond by providing the Government the following information: a brief summary of the company's capabilities (a description of facilities, personnel, and past manufacturing experience as it relates to the above criteria) and availability.
5) Interested companies should provide minimum and maximum monthly production capability (and if manufacturing resources are shared with other item/production lines). Additionally, it is requested that respondents provide the Minimum Procurement Quantity (MPQ) required for economical production.
6) Due to 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.
7) A respondent to this survey should be able to show adequate technical and manufacturing capability and satisfactory past performance in the explosives processing industry. A respondent to this market survey/sources sought must have available a majority of the skills and facilities that are required to manufacture this item. If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to describe and demonstrate his or her ability to obtain these resources in a timely fashion to meet immediate Government/FMS requirements. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. All contractors interested in this potential future solicitation must be registered in the System for Award Management (SAM) Database.
Market Research means collecting and analyzing information about capabilities within the market to satisfy agency needs. The Government will utilize the information provided only to develop the acquisition strategy for future requirements that may materialize, including Foreign Military Sales (FMS) requirements. Once a notional acquisition strategy is prepared based on the collection and analysis of responses, the Government must seek a myriad of approvals to proceed with that strategy (e.g. Full & Open Competition vice Sole Source) and prepare the resultant Request for Proposal. If the Government’s strategy is misinformed by the responses, or lack thereof, collected and analyzed in response to this Sources Sought, significant delays related to source selection and requirements for submission of certified cost and price data to conduct a cost analysis and any applicable DCAA audits may be realized. Interested contractors that currently possess the capabilities to produce these items are encouraged to respond with their capability statements or otherwise respond affirming that they are NOT interested in this requirement, with rationale. Interested contractors that do not currently possess the capabilities to produce these items are encouraged to respond with their capability statements, however it is imperative that the response be thorough and reflect the company’s true intent and commitment to obtain the resources to become a successful manufacturer. All of these considerations will impact the Government’s strategy and may ultimately impart significant delays and administrative burdens on contractors seeking a contract award should that strategy be incorrect.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Ryan Feeney in either Microsoft Word or Portable Document Format (PDF), via email ryan.j.feeney3.civ@army.mil and Contracting Officer Rebecca Markell, rebecca.l.markell.civ@army.mil no later than 5:00 p.m. EDT on 27 February 2026 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside 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.