The Army Contracting Command - Rock Island, on behalf of the Project Manager Close Combat Systems, Picatinny Arsenal, NJ, is issuing a sources sought notice in an effort to identify capable sources for the production and delivery of Trinitrotoluene (TNT) for Fiscal Year 27 – 31 requirements. The U.S. Government’s anticipated yearly production is approximately 1,000,000 - 8,000,000 lbs of TNT per year for five years.
ITEM DESCRIPTION:
ITEM NSN
Trinitrotoluene (TNT) 1376-00-628-3333
These materials are used in various munitions that support DoD operations.
TNT shall be compliant with the Type I requirements as specified in MIL-DTL-248D with Amendment 2, dated 08 April 2021. Packaging shall be completed IAW TDO Part Number 7548645 (fiberboard boxes), and palletization shall be IAW “Bulk Explosives Pallet Unit AMXSV 4071 Rev 1.” TNT originating from a foreign production source can be proposed for supply and will be subject to full disclosure of location and inspection.
NSN
1376-00-628-3333 (50 to 55-lb boxes)
Packaging Drawing
7548645 (fiberboard boxes)
Pallet Drawing
AMXSV-4071
CRITICAL PROCESSES/SKILLS:
Manufacture of TNT requires special processes, equipment, facilities and skills. Critical processes for TNT include nitration, purification, drying and flaking/packaging. Critical skills needed for TNT production include, but are not limited to process engineers, control system engineers and explosive operators.
Please note, DFARS 252.247-7023, Transportation of Supplies by Sea, will be included in any resulting solicitation from this sources sought. Therefore, respondents shall ensure the requirements of this clause are fully understood and that the respondent will be able to comply with this clause if applicable.
RESPONSES: Interested companies who consider themselves capable of supplying TNT are invited to indicate its interest by providing the U.S. Government with the following information:
i. If a joint venture (JV) is planned, will it be with large or small businesses? List number of businesses included in JV and the size of each business.
ii. If a prime/subcontractor relationship is planned, will your company comply with the limitations in subcontracting requirement set forth at 52.219-14, specifically:
(e) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract assigned a North American Industry Classification System (NAICS) code for --
(2) Supplies (other than procurement from a nonmanufacturer of such supplies). The contractor will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract.
iii. If subcontracting any portion of the effort, please identify what percentage of the work will be performed by your company and what percentage will be done by the subcontractor.
The NAICS code for these items is 325920 with a business size standard of 750 employees. 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.acquistion.gov.
TECHNICAL DATA PACKAGES: The Technical Information associated with TNT is Distribution A. These documents have been provided as attachments to this sources sought notice.
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. The U.S. Government will hold all information submitted in a confidential status.
For additional information regarding this announcement, please contact the Contract Specialist via email at [email protected].
Industry responses are requested electronically no later than 15 April 2025 at 1500 Central Standard Time (CST) in order to be considered in the development of the acquisition strategy for these items. Send all responses via email to both Contracting Officer, Ms. Bridget Kramer, at [email protected] and Contract Specialist, Ms. Jennifer Darby, at [email protected]. All responses to this sources sought announcement should reference in the subject: Sources Sought Response for TNT W519TC-25-S-TNT1.