- 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
CAP, BLASTING: NON-ELECTRIC, 30 FT SHOCK TUBE, M11 (M11 Blasting Cap) AND CAP, BLASTING: NON-ELECTRIC, 5 MINUTE TIME FUSE DELAY, M14 (M14 Blasting Cap)
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 26, 2026. Industry: NAICS 325920 • PSC 1375.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
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
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR CAP, BLASTING: NON-ELECTRIC, 30 FT SHOCK TUBE, M11 (M11 Blasting Cap) AND CAP, BLASTING: NON-ELECTRIC, 5 MINUTE TIME FUSE DELAY, M14 (M14 Blasting Cap)
INTRODUCTION
The U.S. Army Contracting Command – New Jersey, Picatinny Arsenal, NJ 07806-5000, on behalf of the Office of the Project Manager for Close Combat Systems (OPM-CCS) is conducting a Market Survey to identify potential sources capable of manufacturing and delivering the following items/systems:
1. CAP, BLASTING: NON-ELECTRIC, 30 FT SHOCK TUBE, M11 (Department of Defense Identification Code ML47, NSN 1375-01-576-5213)
2. CAP, BLASTING: NON-ELECTRIC, 5 MINUTE TIME FUSE DELAY, M14 (Department of Defense Identification Code MN06, NSN 1375-01-567-5534)
The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this Sources Sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. 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/SYSTEM DESCRIPTIONS
1. DODIC: ML47
Nomenclature: CAP, BLASTING: NON-ELECTRIC, 30 FT SHOCK TUBE, M11 (M11 Blasting Cap)
P/N: 13026520 / NSN: 1375-01-576-5213
The M11 Blasting Cap consists of a 30-foot length of shock tube, coiled in a Figure “8” configuration, environmentally sealed at one end with a J-Hook and a non-electric, non-delay blasting cap attached at the other end. Key components of the M11 Blasting Cap include:
a. Shock tube
Shock tube is a plastic conduit (of varying diameters) coated with a thin layer of reactive material (HMX/Aluminum Powder mix) on the inside walls. When ignited, it propagates a low energy signal, similar to dust explosion. The reaction travels at approximately 6,500 ft./sec. (2,000 m/sec.). The M11 Blasting Cap uses a standard shock tube, having a diameter of 0.118 +/- 0.006 inches.
b. Blasting Cap
i. Physical Characteristics: The length of the blasting cap is 2.25 to 2.35 inches. The outside diameter of the blasting cap is 0.230 to 0.241 inches.
ii. Explosive Composition:
Base Charge – RDX, Type I or II per MIL-DTL-398
Intermediate Charge – Lead Azide, Type I per MIL-L-3055. Alternate Lead Azide, RD-1333 per MIL-L-46225.
The M11 Blasting Cap can be initiated using three methods:
• Igniter initiation – by attaching an M81 Igniter to the shock tube end
• Shock tube wall initiation – by securing a No. 8 commercial blasting cap against the shock tube wall
• J-Hook Initiation – by attaching Type I Class E Detonating Cord to the J-Hook
2. DODIC: MN06
Nomenclature: CAP, BLASTING: NON-ELECTRIC, 5 MINUTE TIME FUSE DELAY, M14 P/N 13023563 / NSN: 1375-01-567-5534
The M14 Blasting Cap consists of approximately 7.5-foot length of fuse, coiled in a Figure “0” configuration, environmentally sealed at one end with a non-electric, non-delay blasting cap attached at the other end. The M14 Blasting Cap is factory calibrated to produce a delay of 5 minutes plus 45 seconds, when tested at 125 deg F and Sea Level. It is marked with five (5) single bands for each minute. Key components of the M14 Blasting Cap include:
a. M700 Time Blasting Fuse
M700 Time Blasting Fuse (also referred to as Safety Fuse) typically consists of a continuous train of black power with three cotton yarns tightly wrapped and enclosed by ten jute yarns. The fuse is then counter-wound with ten cotton yarns, coated with asphalt material, and covered by a plastic sheath, making it waterproof. The M700 Time Fuse burns at a rate of approximately 40 seconds per foot.
b. Blasting Cap
i. Physical Characteristics: The length of the blasting cap is 2.25 to 2.35 inches. The outside diameter of the blasting cap is 0.230 to 0.241 inches.
ii. Explosive Composition:
Base Charge – RDX, Type I or II per MIL-DTL-398
Intermediate Charge – Lead Azide, Type I per MIL-L-3055. Alternate Lead Azide, RD-1333 per MIL-L-46225.
REQUIRED CAPABILITIES:
The Government requires the manufacture, inspection, testing, and delivery of these items/systems in accordance with the Government owned Technical Data Packages (TDPs). The respondent must have available most of the skills, facilities, and equipment to manufacture, test/inspect, and deliver these items/systems. Specific manufacturing capabilities include but are not limited to shock tube manufacture, time fuse manufacture, blasting cap cup manufacture, blasting cap loading and handling, explosive and pyrotechnic processing, loading and handling, and Load Assemble Pack (LAP) of the final products. First Article Testing (FAT) as well as Conformance/Lot Acceptance Testing (LAT) at the component and end-item level to include physical measurements and functional testing will be required. If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to describe and demonstrate their ability to obtain these resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. The intent of this Sources Sought is to identify and assess sources capable of manufacturing, packaging, inspecting, testing, and delivering the aforementioned items.
TECHNICAL DATA PACKAGES/SPECIFICATIONS
For the purposes of this market research, uncertified Technical Data Packages (TDPs) for these items will be made available to assist in responding to this survey. Requests for the technical data must be made through the contracting Point of Contact (POC), following the instructions provided below. However, respondents will not be precluded from submitting their capabilities/qualification data and any pertinent information if the TDP is not obtained.
Respondents who request and receive the TDPs shall destroy them in accordance with DoD 5220.22-M or DoD 5200.1-R upon the closure of the Market Survey.
To obtain a copy of the TDPs, interested parties must submit the following:
a) E-mail the requester’s DD Form 2345 Military Critical Technologies Data Agreement, certified current by the U.S. and Canada Joint Certification Office (JCO).
b) E-mail the completed AMSTA-AR Form 1350 Technical Data Request Questionnaire
c) Email the fully executed Non-Disclosure and Non-Use Agreement.
ELIGIBILITY
The applicable 2022 North American Industrial Classification System (NAICS) code for this requirement is 325920 - Caps, blasting and detonating, manufacturing with a Small Business Size Standard of 750 employees. The Product Service Code (PSC) is 1375 – Demolition Materials. Please indicate your organization’s Small Business status including certification of HUBZone, Veteran Owned and Woman Owned status in your response.
SUBMISSION DETAILS
RESPONSES: Interested companies who consider themselves capable of manufacturing these items/systems are invited to indicate interest by providing the U.S. Government with the following information:
a. Name of company and CAGE code
b. Point of Contact’s name, telephone number, and E-mail address
c. Company address
d. Business size information
e. Identification of whether you are interested in this opportunity as a prime or a subcontractor.
f. Provide a brief summary of the company's capabilities (a description of the facilities, personnel experience, quality system, and past/current relevant manufacturing experience and processes).
g. Discuss the feasibility of or alternatives to the U.S. Government's preferred lead-time of 270 days after award for FAT and 365 days after award for production deliveries to commence.
h. Provide Rough Order of Magnitude (ROM) prices for an approximate FY27 production quantity of 10,000 and a ROM for each First Article Test sample.
i. Identify minimum and maximum monthly production quantities and identify the available capacity.
j. Identify if the firm has ever produced either of these items. If so, please state when they were last produced, who the customer was, the production rate under the contract(s), and the contract number(s).
k. Please include any assumptions made, recommendations regarding price range breaks, or any additional information you feel might be useful to the U.S. Government if it is determined to proceed with a formal Request for Proposal (RFP).
l. Provide the minimum stand-alone order quantity necessary (for each item) to go into production of the items/systems; both initially and for any potential follow-on orders.
m. Provide the minimum sustainable, preferred and maximum monthly delivery rates for each item. Identify and describe potential subcontractor capacity restraints that would have a significant impact on production capacity and please identify the impact each restraint has on monthly delivery rates.
n. 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.
Submission should be in contractor format, no less than 10-point font. No phone or email solicitations with regards to the status of the solicitation will be accepted prior to its release. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are “best” estimates only.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Michael Arena, in either Microsoft Word or Portable Document Format (PDF), via email michael.w.arena3.civ@army.mil no later than 3:00 p.m. Eastern on 26 March 2026 and reference this synopsis number in the subject line of the e-mail and on all enclosed documents. Email submittals are restricted to a maximum file size of eight (8) Megabytes (MB). In the event that the email submission is larger than 8MB, separate into several emails or contact the contract specialist for additional instructions. 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.