- 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
M4 and M4A1 5.56MM Carbines
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Apr 01, 2026. Industry: NAICS 332994.
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 332994 (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 332994
Description
REQUIREMENT: M4/M4A1 5.56MM CARBINE
M4 Carbine: US Army P/N 9390000, MIL-DTL-70599 Revision C Amendment 2 - Date 30-May-2023
M4A1 Carbine: US army P/N 12972700, MIL-DTL-71186 Revision B Amendment 1 - Date 30-May-2023
The Army Contracting Command – New Jersey, in support of Project Manager Soldier Lethality (PMSL), is conducting a market survey to identify potential sources for the manufacture and delivery of the M4/M4A1 Carbines. This market survey and sources sought questionnaire will determine possible sources capable of manufacturing the M4 and M4A1 Carbine. A potential procurement would result in a five (5) year IDIQ FFP contract(s), with an approximate maximum quantity of 105,000 units of any combination of M4 or M4A1 Carbines. Potential sources should be able to provide Government-defined special tools/gages, spare part packages, and contractor operator/maintainer training (including mobilization) at CONUS & (potential) OCONUS locations. Storage and Security requirements are in accordance with DODD 5100.76-M CE-02, and the facility must be capable of passing a Defense Security Service (DSS) Survey. All information submitted by respondents to this market survey will be held in confidence. Furthermore, the U.S. Government is not obligated to notify respondents of the results of this survey.
This survey shall not be construed as a Request for Proposal (RFP), or as an obligation on the part of the U.S. Government to issue an RFP. All information in response to this market survey shall be submitted at NO COST to the U.S. Government. The U.S. Government will utilize the information provided for planning purposes only. This market survey is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey.
The M4/M4A1 Carbines provide the Department of War with compact, lightweight weapons that fire NATO 5.56mm ammunition from a 30-round magazine, are capable of mounting accessories via MIL-STD-1913 rail, and provide increased protection and firepower in close quarters. The M4A1 configuration (compared to the M4) consists of (1) a slightly heavier barrel to increase both durability in an extended fire fight and a sustained rate of fire and (2) a full auto trigger mechanism assembly with a more consistent trigger pull to improve Soldier interface/ergonomics and increase lethality. The M4/M4A1 Carbine is produced to a Government Technical Data Package (TDP).
Competition will be restricted to use of this licensed technology within the United States (U.S.) and Territories, island possessions and protectorates in accordance with the Technical Data Sales and Patent License Agreement between Colt Defense, LLC, and the U.S. Government. The U.S. Government requires a Use and Non-Disclosure (NDA) to be executed by an authorized representative of the respondent’s firm before access can be granted to the technical data. Also, to be eligible to gain access to an export controlled TDP, you must have a current DD 2345, Military Critical Technical Data Agreement. This information is being provided for informational purposes only: no drawings will be provided as part of this Market Survey / Sources Sought Notice.
Interested sources should submit their qualification data, to include their production capabilities/qualification data, and their Small Business Size Certification information within 30 calendar days of this notice. This data should be sent, if available, at no cost or obligation to the U.S. Government. Please submit all responses electronically to the following: Emily Schlee, Contract Specialist, via email: emily.schlee.civ@army.mil, and Megan Sloan, Branch Chief, via email: megan.e.sloan2.civ@army.mil. Furthermore, any questions regarding the announcement shall be submitted in writing to the points of contact listed above. Telephone responses and inquiries WILL NOT be accepted or returned.
Responses to the questionnaire shall include:
Company Name:
CAGE Code:
UEI Number:
Address:
Point of Contact:
Business Size Standard / Concern:
Phone Number:
Email:
Production Capability Information:
1. Provide your current monthly minimum sustaining rate and current Production Lead Time (PLT) from date of contract award to completion of First Article Testing (FAT) and submission of a FAT Report to the U.S. Government. Include the PLT from USG FAT Report approval to first month’s delivery.
Provide the quantity of your monthly minimum sustaining rate based on 1/8/5.
PLT (FAT):
PLT:
Current Production capacity:
Minimum Sustaining Rate:
2. Provide a maximum surge production capability/capacity per month, including any additional resources needed and the PLT needed to meet your maximum surge production quantity per month.
PLT:
Additional Resources Needed (if applicable):
3. What are the production drivers contributing to the PLTs above (long lead items, processes, approvals, etc.):
4. What do you foresee as potential issues (if any) in being able to manufacture these item(s) (i.e. Delivery rate, time to receive material/equipment, FAT time, etc.)?
5. What are your ability and capability to meet and provide Government-defined special tools/gages, spare part packages, and contractor operator/maintainer training (including mobilization) if required for CONUS and (potential) OCONUS locations?
6. Are you currently under any type of agreement(s) that would prohibit you from competing as a prime contractor for the manufacture of these items?
YES NO
If yes, provide a description summarizing the agreement, all parties involved, and the terms and conditions related to this procurement.
7. Are your current Storage and Security facilities in accordance with DODD 5100.76-M CE-02 and capable of passing a Defense Security Service (DSS) Survey? What is the maximum quantity of weapons that can be stored and maximum storage duration (months) after USG Inspection and Acceptance?
8. Do you foresee the use of subcontractors?
YES NO
a) If yes, provide a description summarizing the production capabilities and/or items that will be subcontracted. Government Contracting Experience:
9. Have you produced any similar items, whether “Other Government/Military contracts” or “non-governmental contracts?”
YES NO
a) If so, list the item(s) and explain how they are similar. b) What were the monthly production quantities of the similar item(s)?
10. Have you produced weapons or weapon components to a Government TDP or a Military Specification?
YES NO
a) What was/were the TDP item(s) produced and when was it/they produced?
Noun:
NSN:
P/N:
b) What were the monthly production quantities of this item(s)?
11. Are you ISO 9001 compliant?
YES NO
If yes, please identify the most recent compliance approval date and the Government contract (if applicable) the requirement was for.
Date:
Contract Number:
12. Using the NAICS Code 332994, small business size standard, “less than 1,000 employees” applicable to this requirement, are you a large or small business?
LARGE BUSINESS SMALL BUSINESS
All responding sources must email their submissions no later than 10:00AM EST, Wednesday 1 April 2026 to Emily Schlee, Contract Specialist, via email: emily.schlee.civ@army.mil, and Megan Sloan, Branch Chief, via email: megan.e.sloan2.civ@army.mil.
This Market Survey is a Request for Information (RFI) ONLY and should NOT be construed as a RFP or commitment by the U.S. Government.
Responders are advised that the U.S. Government will NOT pay for any information, sample hardware, or administrative costs incurred in the response to this RFI.
All costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP or other solicitations (if any are issued). The U.S. Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The Government is not obligated to notify respondents of the results of this survey. No phone calls will be accepted, all requests need to be submitted via email. All information is to be submitted at NO COST or obligation to the U.S. Government.
THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION.
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.