Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2025 SAM #8741
MODIFICATION

13 -- Enduring-High Energy Laser (E-HEL) Request for Information

Notice Date
10/30/2025 1:20:50 PM
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
W6J1 RCCTO REDSTONE REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W50RAJ-EHEL
 
Response Due
11/21/2025 10:00:00 AM
 
Archive Date
12/06/2025
 
Point of Contact
Sydney Horn, Kendra Taylor
 
E-Mail Address
sydney.m.horn.civ@army.mil, kendra.n.taylor2.civ@army.mil
(sydney.m.horn.civ@army.mil, kendra.n.taylor2.civ@army.mil)
 
Description
SUBJECT: The Army Rapid Capabilities and Critical Technologies Office (RCCTO) Enduring-High Energy Laser Production Request for Information THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. The Army Rapid Capabilities and Critical Technologies Office (RCCTO) Directed Energy Project Office (DEPO) is seeking information on potential sources that could provide the necessary technical skills, facilities, tooling, and personnel to produce a Counter-Unmanned Aircraft System (C-UAS) High Energy Laser (HEL) weapon system to protect semi-fixed and maneuver forces against Groups 1-3 UASs. This weapon system is designated as the Army Enduring-High Energy Laser (E-HEL). Overview a. The Government intends to produce up to twenty (20) E-HELs using a modular open system approach (MOSA) leveraging range proven laser and beam control technologies. Range proven technologies are defined as technologies demonstrated on a Government test range and witnessed by Government representatives. Paragraph 4 below identifies an opportunity for industry to demonstrate capability for Groups 1 and 3 on a test range with DEPO representatives, if vendors do not have recent Government witnessed test data available. E-HEL is expected to produce a hard kill (inability for the UAS to maintain flight) of Group 1 and 2 UAS and one-way attack (OWA) Group 3 UAS. DEPO will also witness the key attributes of fluence, tracker performance, engagement track range and laser quality track to determine if systems that do not achieve a hard kill on Group 3 UAS have the potential to scale and be lethal against Group 3 OWA threat UAS. b. The E-HEL weapon systems shall support both semi-fixed and maneuver operations, with the E-HEL being capable of operating in a �palletized� configuration or integrated onto a standard Army Joint Light Tactical Vehicle (JLTV) vehicle. E-HEL is intended to track Group 1-3 UASs in both �blue sky� and cluttered conditions based upon accepting external Forward Area Air Defense (FAAD) cues to the UAS. c. The E-HEL MOSA is based upon the Directed Energy Weapon System (DEWS) MOSA Reference Architecture (RA) Version 1.0 Use Guidance, June 2022. All E-HEL subsystem interfaces will come with Government Purpose Rights (GPR) and industry may leverage Government provided interface control documents (ICDs) or provide industry ICDs that have GPRs. To support deployment, E-HEL will incorporate provisions to allow for material handling using standard load-handling equipment (forklift) to enable ease of movement and emplacement, be ground transportable and meet air transport requirements for a C-17. d. Additional technical information is available upon submission of a CAGE Code to the Contracting Officer, Kendra Taylor, kendra.n.taylor2.civ@army.mil, Contracting Specialist Sydney Horn, sydney.m.horn.civ@army.mil and Security Analyst, Jeff Miles, jeffery.j.miles.ctr@army.mil. Upon validating the ability to access Controlled Unclassified Information (CUI), the E-HEL industry slides with questions and answers will be provided. Questions pertaining to this RFI may be directed to the RCCTO Contracting point of contact for up to 5 business days after this RFI is published on SAM.gov. The Government must receive your RFI response NLT 21 November 2025. 2. Response Guidelines a. Request interested parties respond to this RFI with a capability statement that describes the contractor�s ability to meet the requirements to produce the complete E-HEL systems described in Paragraph 1 above. Submissions cannot exceed five (5) pages, single-spaced, 12-point Arial or Times New Roman font with at least one-inch margins on 8 1/2� X 11� page size. A fold-out page counts as one page. Tables, drawings and header/footer information shall be 10-point Arial font or larger. b. The Government anticipates the receipt of UNCLASSIFIED capability statements in response to this RFI; however, if the offeror believes classified data is necessary to present a contractor's expertise, capabilities, experience and/or approach, then a written request must be presented to the Agreements Officer 10 calendar days BEFORE capability statement due date. If approved by the Agreements Officer, then a separate written classified annex may be included in the capability statement. This annex may not exceed the classification of collateral SECRET and must be delivered in accordance with the 32 CFR Part 2117, National Industrial Security Program Operating Manual (NISPOM). White papers shall not contain any information above SECRET or contain any restrictive markings (e.g., special access program (SAP), NATO, CNWDI, WNTEL, etc.). The CONFIDENTIAL marking is reserved as a security marking in accordance with AR 380?5 and the NISPOM and shall not be used as a marking for company proprietary information. All material submitted in response to this RFI must be unclassified and properly marked. The Government review team reserves the right to request further clarification to enhance our understanding of the respondent's submittal. c. Interested sources responding to this RFI must have demonstrated expertise in the production of technically sophisticated laser weapon system components, supply chain management, integration, and assembly, a secret facility clearance, strong configuration management and quality controls, HEL weapon system experience, test experience, and the ability to support multiple concurrent weapon system integration activities. Information from submitted papers will be taken into consideration for any future solicitation efforts. At a minimum, responses to this RFI must address the following: (1) Technical Approach Briefly describe your technical solution and how it will provide a counter Groups 1-3 UAS hard kill capability. (2) Company Capability Briefly describe the capabilities of your company and the nature of the goods and/or services you provide. Describe your processes and facilities that would support an effort of this scope. If you were to use subcontractors for this effort, identify potential subcontractors to include approximate percentages each subcontractor would complete. Include a description of their experiences and state if you already have a relationship with the subcontractor(s). Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel and how soon your company could secure qualified personnel to support such an effort. Describe your company's approach to quality management and your company�s compliance with quality standards. (3) Experience. Describe your company's experience (no more than three examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed (including the HEL system developed, demonstrated or produced), period of performance, and agency or organization supported. Companies who wish to respond to this RFI should send responses via email no later than Friday, November 21, 2025 at 12:00 p.m. (noon) central time to the Contracting Officer, Kendra Taylor; Kendra.n.taylor2.civ@army.mil, and Contracting Specialist Sydney Horn; Sydney.m.horn.civ@army.mil. 3. Non-Government Personnel The Government may use Contractor Support Personnel (CSP) to assess responses to this RFI. The CSP will be required to submit to the Government a Non-Disclosure Agreement reflecting the effort(s) that they will be supporting. The Offeror�s submission of a capability statement under this RFI indicates concurrence with the aforementioned use of CSP. Such firms are expressly prohibited from competing on the subject acquisition. KODA Technologies; 620 Discovery Drive Building 2, Suite 100 Huntsville, AL 35806-2816; (256) 900-1002 Intuitive Research and Technology Corporation, 5030 Bradford Dr NW #2 #205, Huntsville, AL 35805; (256) 922-9300 Modern Technology Solutions Inc, 360C Quality Circ NW #310, Huntsville, AL 35806; (256) 417-6767 Torch Technologies, 4090 Memorial Parkway SW Building 1, Huntsville, AL 35802; (256) 319-6000 PeopleTec, 4901-1 Corporate Dr NW, Huntsville, AL 35805; (256) 319-3800 SAIC, 6725 Odyssey Dr NW; (256) 971-6400 Astrion, 360 Quality Cir NW, STE A, Huntsville, AL 35806; (256) 650-6263 Avion Solutions, 490 Research Dr NS, Huntsville, AL 35805; (256) 721-7006 4. Demonstration Opportunity RCCTO is hosting a demonstration at Dugway Proving Grounds from 8-19 December 2025 and 5-30 January 2026 to offer industry an opportunity to participate in Government witnessed test range event. If you are interested in the demonstration, please contact Jamie Hardy; Jamie.a.hardy2.civ@army.mil and include the following information: Laser parameters Power Requirements Preferred weeks on the range Approved satellite deconfliction solution (Y or N) The Government will provide range access, power, fiber and hangar space for system setup and storage, Groups 1, 2 and 3 UAS targets, and range truth data. The Government will not provide any funding for this effort or transportation to, from, or on the range. 5. Potential Future Solicitation. The Government anticipates a potential future competitive source selection, initiated in FY26, Q2 or later, for the production of up to approximately 20 E-HELs using a modular open system approach (MOSA) leveraging range proven laser and beam control technologies. Parameters of that requirement and potential competition are subject to change, and the Government will consider this information received through this RFI in shaping the requirement and potential competition. However, the Government anticipates that any competition, if it occurs, will strictly require respondents to provide documentation of recent (within the 18 months preceding the competition) successful range demonstration of laser and beam control technologies on a Government test range and witnessed by Government representatives, to be considered for potential award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/89e98c0e5d4b453f823132bc2ced416c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07631506-F 20251101/251030230032 (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!  © 1994-2024, Loren Data Corp.