Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2026 SAM #8865
SOURCES SOUGHT

99 -- Project Manager for Combat Ammunition Systems (PM CAS) Support Services

Notice Date
3/3/2026 7:23:41 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-26-X-1BBJ
 
Response Due
4/2/2026 2:00:00 PM
 
Archive Date
04/17/2026
 
Point of Contact
Iryna Litvinova
 
E-Mail Address
iryna.litvinova.civ@army.mil
(iryna.litvinova.civ@army.mil)
 
Description
IMPORTANT INFORMATION: This market survey is for informational and planning purposes only and shall NOT be construed as a Request for Proposal; therefore, no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice is not to be construed as a commitment by the Government for any purpose other than market research. ELIGIBILITY: These requirements are currently procured under the Small Business Administration (SBA) 8(a) Business Development Program. Accordingly, responses are sought exclusively from SBA Certified 8(a) Program Participants. Responses from businesses that are not certified 8(a) participants will not be reviewed or considered under this notice. The applicable North American Industrial Classification System (NAICS) Code for this requirement is 561110 � Office Administrative Services with a Small Business Size Standard of $12.5M. The Product Service Code (PSC) is R408 - Support - Professional: Program Management/Support. REQUIREMENT: The U.S. Army Contracting Command-New Jersey (ACC-NJ) on behalf of the Office of the Project Manager for Combat Ammunition Systems (PM CAS) both located at Picatinny Arsenal, New Jersey is conducting market research to identify certified 8(a) small businesses capable of providing PM CAS with Program Manager, Information Technology, Graphic Artist, and Administrative Support Services. These non-personal services are required for successful execution of artillery and mortar ammunition programs and will augment existing resources with experience and capability, which is either not available or exceeds in-house capabilities. The Program Manager will serve as the principal liaison to the government, overseeing all fiscal, operational, and human resources management to ensure contract adherence and timely completion of projects. The Senior Administrative Support Specialist will provide high-level administrative support by managing calendars, coordinating meetings, reviewing documentation for policy compliance, and handling tasks such as travel planning and database filing. The Senior Information Technology Specialist will provide expert-level support across all areas of office automation, network administration, and computer systems (hardware and software), including the management of data, certifications, and administrative rights. Finally, the Graphic Artist is responsible for preparing and organizing content for management to include briefings, videos, logo designs, and external publications, maintaining all digital program information to meet customer requirements. All contractor personnel shall require a final Secret or higher clearance. All interested sources must be registered in the System for Award Management (SAM) in order to provide a response. The submission should be concise, well-organized, and demonstrate a clear understanding of the requirements. Please adhere to the following structure and provide the requested information: 1. Corporate Information: Company Name, Company Address, Company Website, Point of Contact (Name, Title, Phone, and Email), Unique Entity Identifier, CAGE Code, Business Size and Socio-Economic Status under NAICS Code 541611. Please list any applicable Government-Wide Acquisition Contracts (GWACs) or GSA Schedules you hold. 2. Corporate Structure: 2.1 Parent Company Information: If your company is a subsidiary, identify any parent organization(s) and describe the nature of the relationship. 2.2 Subcontracting Intent: State whether your company intends to perform the work as a prime contractor or if you anticipate subcontracting a portion of the work. If you intend to subcontract, provide a brief description of the type and extent of work to be subcontracted. All respondents must acknowledge that any subcontracting arrangement must adhere to the requirements outlined in Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting. 3. Summary of Capabilities: Provide a brief, high-level summary (not to exceed two pages) of your company's core competencies and overall capabilities as they relate to providing IT and business support services to a government entity. This summary should highlight your company's value proposition and ability to meet the broad requirements outlined above. 4. Tailored Capability Statements for Labor Categories: For each labor category (Program Manager, Senior Administrative Support Specialist, Senior IT Specialist, and Graphic Artist), provide a tailored capability statement (not to exceed one page per category). This statement should detail your company's ability to source, vet, and provide qualified personnel who meet the requirements described. Describe your methodology for ensuring personnel possess the required skills, clearances, and certifications. 5. Past Experience: Provide a summary of at least three (3) relevant past performance examples within the last five (5) years that are similar in scope, size, and complexity to the requirements described in this market survey. For each example, please include: Contract Number, Sponsoring Agency/Customer, Period of Performance, Total Contract Value, A brief description of the work performed and how it relates to the requirements of this survey, A customer Point of Contact (Name, Phone, and Email) for verification. Responses shall not exceed 15 pages in length and should provide sufficient detail for the U.S. Government to make a reasonable assessment regarding your company�s capability to produce this item at the required rate. NO CLASSIFIED information shall be submitted. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. All information provided will not be returned and will be held in confidential status. The point of contract for this requirement is Ms. Iryna Litvinova, iryna.litvinova.civ@army.mil, ACC-NJ-CA, Bldg. 10, Picatinny Arsenal, NJ 07806 -5000. All inquiries shall be made via e-mail only. Telephone inquiries will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/774a3e38d5534015aef116aa914b8d05/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN07733282-F 20260305/260303230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.