Search Contract Opportunities

MK76 C/B and BDU-33 Small Practice Bomb

ID: W519TC-26-R-MK76-BDU33 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The U.S. Army Contracting Command - Rock Island, on behalf of the Project Manager Close Combat Systems (PM CCS), is issuing a sources sought announcement in an effort to identify capable sources for the production and delivery of the following: MK76-5 Twin Pack Practice Bomb (NSN 1325-01-071-2560; P/N 2193779), BDU-33 D/B Practice Bomb (NSN 1325-01-054-2906; P/N 7729467-10), and 25 lb. Bomb Suspension Lug (NSN 1325-01-236-8604; P/N8631481) for Fiscal Years (FYs) 2027-2031 requirements. "Twin Pack" refers to the two practice bombs that come in one box. The U.S. Government is considering one Firm Fixed Price (FFP) production contract with five one-year ordering periods and a yearly production quantity of approximately of 60,000-70,000 each MK76-5 Twin Pack Practice Bombs, 17,000 each BDU-33 D/B Practice Bombs, 17,000 each 25 lb. Bomb Suspension Lugs.

ITEM DESCRIPTION: The MK76-5 Practice Bomb is approximately 24.64" long, has a finished weight of approximately 24.5 lbs. and consists of fabricated steel. The bomb has a firing pin assembly, aft body assembly, bomb body, and a center cotter pin. The MK14 lug is required for suspension with the MK76-5 Practice Bomb and is included in the MK76-5 Practice Bomb Technical Data Package (TDP). The BDU-33 D/B Practice Bomb is approximately 22.9" long, has a finished weight of approx. 25 lbs. and consists of fabricated steel. The bomb has a firing pin assembly, fin assembly, bomb body, and a pin. The 25 lb. Bomb Suspension Lug is required for suspension with the BDU-33 D/B Practice Bomb. The Navy is the end user of the MK76-5 Practice Bomb, and the Air Force is the end user of the BDU-33 D/B Practice Bomb. Both practice bombs are utilized for pilot training and certification requirements.

CRITICAL PROCESSES/SKILLS: Manufacture of the practice bombs requires skilled welders, machinists and a facility capable of supporting high quality zinc phosphate coating and painting processes. These skills and capabilities are important but are not unique. Manufacture of the lugs requires critical skills including die manufacturing, forging techniques, heat treatment, machining and plating. Critical capabilities required to produce the lugs include forging equipment capable of maintaining die match, Computer Numerical Control machines, pull test equipment and fixtures. These skills and capabilities are important and unique.

NOTICE: The TDPs associated with the practice bombs and lugs are classified as Distribution D - limited distribution authorized to the Department of Defense (DOD) and US DOD Contractors Only. These documents contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., SEC 2751, ET SEQ.) or the Export Administration Act of 1979 (Title 50, U.S.C., APP 2401 ET SEQ.), as Amended. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DOD Directive 5230.25.

Interested vendors must be registered with the U.S./Canada Joint Certification Program (JCP) to gain access to the TDPs (see https://www.dla.mil/logistics-operations/services/jcp/ for instruction and information). Each individual requiring access to the TDPs must have a SAM.gov account prior to accessing the TDPs. Access to the TDP will only be granted to those individuals who are listed as the Data Custodian (block 3) on the DD Form 2345, Military Critical Technical Data Requirement, which was required to be registered within the JCP. The Data Custodian is the sole representative identified to receive export controlled TDPs and drawings. To obtain the top-level drawings, interested vendors with the proper certification in JCP, may request explicit access through the "attachments/links" tab in SAM.gov under this posting. In addition to making the request by the JCP Data Custodian in SAM.gov, interested vendors should also send a copy of their approved DD Form 2345 to the point of contact specified below.

RESPONSES: Interested companies who consider themselves capable of manufacturing the practice bombs and the associated suspension lugs 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 Contacts 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 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 First Article Test (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 60,000-70,000 each MK76-5 Twin Pack Practice Bombs, 17,000 each BDU-33 D/B Practice Bombs, 17,000 each 25 lb. Bomb Suspension Lugs, 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 the MK76-5 Practice Bomb, BDU-33 D/B Practice Bomb, or the 25 lb. Bomb Suspension Lug. If so, please state when it was last produced, who the customer was, the production rate under that contract, and the contract number.

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. 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.

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 based on 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.

To be eligible for contracts with the U.S. Government, 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.acquisition.gov. All interested companies are highly encouraged to get registered in SAM immediately.

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 laura.k.spencer2.civ@army.mil and Contracting Officer, Brandon McKinnis, via email at brandon.e.mckinnis.civ@army.mil.

Industry responses are requested electronically no later than 12:00PM CT, 13 October 2025 to be considered in the development of the acquisition strategy for these items. Please submit all industry responses to Ms. Laura Spencer at laura.k.spencer2.civ@army.mil and Contracting Officer, Brandon McKinnis, via email at brandon.e.mckinnis.civ@army.mil. All responses to this sources sought announcement should reference in the subject: Sources Sought Response for MK76 C/B and BDU-33 Small Practice Bombs.

Overview

Response Deadline
Oct. 13, 2025, 1:00 p.m. EDT Past Due
Posted
Sept. 11, 2025, 10:36 a.m. EDT (updated: Sept. 12, 2025, 1:03 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
28%
On 9/11/25 ACC Rock Island issued Sources Sought W519TC-26-R-MK76-BDU33 for MK76 C/B and BDU-33 Small Practice Bomb due 10/13/25. The opportunity was issued full & open with NAICS 332993 and PSC 1325.

NATO Stock Number

Details for included NSNs

Item Name
BOMB, PRACTICE
NIIN
010542906
Standard Unit Price (DLA)
$43.82

Item Name
BOMB, PRACTICE
NIIN
010712560
Standard Unit Price (DLA)
$26.80

Item Name
LUG, SUSPENSION, AIRCRAFT ORDNANCE
NIIN
012368604
Standard Unit Price (DLA)
$5.95
Primary Contact
Name
Laura Spencer   Profile
Phone
None

Secondary Contact

Name
Brandon McKinnis   Profile
Phone
None

Documents

Posted documents for Sources Sought W519TC-26-R-MK76-BDU33

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W519TC-26-R-MK76-BDU33

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W519TC-26-R-MK76-BDU33

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RI
FPDS Organization Code
2100-W519TC
Source Organization Code
500181913
Last Updated
Oct. 28, 2025
Last Updated By
dylan.b.nimrick.civ@army.mil
Archive Date
Oct. 28, 2025