Skip to content
Department of Defense

Metastable Interstitial Composite (MIC) Lead Free Percussion Primer, Small Caliber Ammunition

Solicitation: W15QKN-26-X-1BG7
Notice ID: 755f9af49d1943ffa958785e34882364
TypeSources SoughtNAICS 332992PSC1305DepartmentDepartment of DefenseAgencyDept Of The ArmyPostedMar 25, 2026, 12:00 AM UTCDueApr 15, 2026, 05:00 PM UTCCloses in 12 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: {"streetAddress":"","zip":""}. Response deadline: Apr 15, 2026. Industry: NAICS 332992 • PSC 1305.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W15QKN-26-X-1BG7. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 332992 (last 12 months), benchmarked to sector 33.

12-month awarded value
$106,002,681
Sector total $48,221,641,737 • Share 0.2%
Live
Median
$7,561
P10–P90
$3,837$41,168
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($106,002,681)
Deal sizing
$7,561 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"streetAddress":"","zip":""}
Contracting office
Picatinny Arsenal, NJ • 07806-5000 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Roseanne Hooven
Email
roseanne.hooven2.civ@army.mil
Phone
Not available
Name
Gloria Thoguluva
Email
gloria.thoguluva.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-NJ • W6QK ACC-PICA
Contracting Office Address
Picatinny Arsenal, NJ
07806-5000 USA

More in NAICS 332992

Description

The U.S. Army Contracting Command  - New Jersey (ACC-NJ) is conducting market research on behalf of Combat Capabilities Development Command -  Armaments Center (DEVCOM-AC), Munitions Engineering Technology Center (METC), Small Caliber Munitions Division FCDD-ACM-MI at Picatinny Arsenal, NJ. This research is to determine the ability for US-based Contractors to manufacture and produce variable quantities of Metastable Interstitial Composite (MIC) Lead Free Primers (LFPs). These primers are intended for further development and testing of small caliber ammunition from 5.56mm up through Caliber.50.

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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.

REQUIREMENT: Use of lead-based primers in military munitions continues to be a leading source of personnel lead exposure and cause of environmental contamination. As such, the US Army is developing a replacement for lead styphnate percussion primer explosives in small caliber munitions with the objective of further eliminating lead in all caliber cartridges. Research and Development (R/D) efforts involving nanothermite-based primers have demonstrated high potential for a lead-free solution. Advances in water-based mixing and automated loading processes were developed to enable production of metastable interstitial composite (MIC) primers. These processes use a MIC-based material with the addition of sensitizers and gas generating agents to tune the performance characteristics of primers. This technology has high potential for automated manufacturing as opposed to traditional methods of handmade primers that directly expose personnel to explosive materials.

The Government is seeking pricing information for the following small caliber percussion primers for 7.62mm, 5.56mm and Cal.50 ammunition respectively. Interested contractors are requested to provide detailed unit pricing for quantities ranging from 0 to 50,000 units. To assist in determining the optimal order quantities for the best overall value, contractors are encouraged to provide tiered pricing structures based on various quantity thresholds.

The Contractor will be expected to support various meetings (kickoff, delivery status, recurring technical), and shall be able to handle energetics, and produce and test end item MIC lead free primers that meet the requirements of MIL-DTL-46610.

The Contractor will work with the U.S. Government (USG) on primer variants with improved/refined primer formulations that will streamline the manufacturing process and reduce cost without sacrificing quality or safety. All work shall be performed in the U.S.

The Contractor shall be capable of all aspects of producing the lead-free primer including but not limited to:

- Material procurement

- Material batch tracking/lotting

- Handling energetic materials and mixing operations

- Manufacturing of primers (dosing of MIC material, consolidating, finish assembly)

- In-process and final inspections

- Ballistic testing

- Failure investigations

- Submission of test reports

- Shipment of MIC LFPs in suitable containers.

The USG will receive unlimited rights to any/all technical data developed or delivered. The contractor shall not use any internally developed technical data or any other pre-existing proprietary information, if such a use would in any way prevent the Government from receiving Unlimited Rights.

Background: The applicable NAICS Code for this requirement is 332992, Small Arms Ammunition Manufacturing, with a Small Business Size Standard of 1,300 employees. The Product Service Code (PSC) is 1305, Ammunition, through 30mm. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Interested vendors are strongly encouraged to submit a capability statement with the information below.

SUBMISSION DETAILS:

If your organization has the potential capacity to provide the required services, please provide the following information:

1) NAICS and PSC.

2) Full company name, address, primary points of contact and their email addresses, Web site address, telephone number, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.).

3) Ability to provide a product that meets the above specifications.

4) Past Performance: To demonstrate capability, interested parties are requested to provide evidence of past performance. This should include relevant contract numbers, the corresponding dollar values, and points of contact for verification. For each reference, please include a brief description of the work performed to illustrate your experience in providing this or similar products.

Vendors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov.

This is a market survey for information only and shall not be construed as a request for a proposal or as an obligation on the part of the US Government. The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited.

Official responses must be submitted at no cost to the US Government by 1:00PM eastern daylight time April 15, 2026, via electronic submittals to Gloria Thoguluva, Contracting Officer (gloria.thoguluva.civ@army.mil) and Roseanne Hooven, Contract Specialist (roseanne.hooven2.civ@army.mil). Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.