SOURCES SOUGHT
14 -- LRPM Launched Effects � Medium Range (LE MR) lethal capability � Systems Integration
- Notice Date
- 1/7/2026 1:26:33 PM
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
- ZIP Code
- 35898-5090
- Solicitation Number
- PANRSA_26_P_0000_031532
- Response Due
- 1/29/2026 8:59:00 PM
- Archive Date
- 02/13/2026
- Point of Contact
- Andrea S. Dixon, Phone: 520-715-6103, Jacob Wolfe, Phone: 520-725-7366
- E-Mail Address
-
andrea.s.dixon1.civ@army.mil, jacob.d.wolfe2.civ@army.mil
(andrea.s.dixon1.civ@army.mil, jacob.d.wolfe2.civ@army.mil)
- Description
- This is a Sources Sought Notice issued for information and planning purposes only and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice is a market research tool to determine the availability and capability of interested businesses to serve as a potential prime system integrator for the Long Range Precision Munition (LRPM) Launched Effects - Medium Range (LE MR) Lethal Capability project. LRPM is the lethal variant of the LE family of systems. The Government is not seeking proposals at this time and will not accept unsolicited proposals. The U.S. Government is seeking capability statements from interested parties for the LRPM Launched Effects - Medium Range (LE MR) Lethal Capability project. The LRPM is a lethal munition system intended to provide Army Aviation and Ground Forces with a precise, long-range (greater than 100km) capability against Integrated Air Defense Systems (IADS) in complex and denied environments. The primary effort involves the integration of a U.S. Government-designed lethal payload section with a commercially available or modified unmanned commercial air vehicle. The Government will provide the Technical Data Packages (TDPs) and software for the payload, seeker, and guidance systems. The selected contractor will be responsible for procuring all necessary components and integrating them into a complete All-Up-Round (AUR). ANTICIPATED SCOPE OF WORK Major efforts are anticipated to include: Integrating the government-designed payload onto a contractor-proposed Commercial Off-the-Shelf (COTS) or Modified COTS (MCOTS) unmanned air vehicle. Ensuring the final LRPM prototype is launch-capable from the Government-designed Launched Effects Dispenser for Ground and Rotorcraft (LEDGR). Conducting and supporting laboratory and field testing to achieve safety qualification and material release. Developing a manufacturing capability and delivering 200 to 600 fieldable LRPM prototypes. Providing technical and sustainment support to U.S. Army units. The anticipated funding for this effort is between $100M and $200M. The Government anticipates awarding a prototype Other Transaction Agreement (OTA) in October 2026, with prototype deliveries occurring between June 2027 and September 2031. Upon successful completion of this prototype project, the Government may award a follow-on production contract without the use of competitive procedures, in accordance with 10 U.S.C. 4022(f). REQUESTED INFORMATION Interested parties are invited to submit a concise capability statement addressing their ability to perform the efforts described. The response must address the following areas and identify the method of suitability (e.g., test, demo, analysis, etc.) for all claims: Section A: Corporate Information Company Name, CAGE Code, Unique Entity ID, Company Address. Point of contact (name, title, phone, and email). Traditional or Non-Traditional Contractor Status. Business size and all applicable socioeconomic classifications (Large Business, Small Business, VOSB, SDVOSB, HUBZone, WOSB, etc.). Section B: System Description & Technical Capability Provide a detailed description of your proposed COTS/MCOTS unmanned air vehicle, including size, weight, power requirements, and key performance parameters. Describe your company's technical approach and capabilities related to systems integration, particularly integrating government directed LRPM payload which consists of a Combined Effects Warhead (CEW) with an Electronic Safe and Arm Device (ESAD) and the Miniaturized Front End Laser Proximity Sensor (MFELPS), a Hood Tech seeker and the Multiple Simultaneous Engagement Technology (MSET) software onto an air vehicle. Provide an assessment of the Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) of your proposed air vehicle and any key subsystems. Substantiate claims per the DoD TRL/MRL Deskbook. Describe your approach to ensuring the final prototype is launch-capable from the LEDGR, identifying any unique interface requirements. Outline your approach to laboratory and field testing to support safety qualification and material release. Section C: Manufacturing and Production Describe your existing or planned manufacturing capability to produce 200-600 fieldable LRPM prototypes between June 2027 and September 2031. Identify potential production chokepoints and your strategy for mitigating supply chain risks for your proposed air vehicle. Section D: Past Performance Provide a summary of up to three relevant past performance examples on prototype contracts of similar scope, complexity, and budget. SUBMISSION INSTRUCTIONS Responses shall not exceed 15 single-sided pages (8.5 x 11 inches), with a font no smaller than Arial 10. Cover pages and a table of contents are not included in the page count. All information must be readable by Microsoft Word or Adobe Acrobat. Responses must be submitted electronically to the POC listed below no later than 11:59PM 29 January 2026. The subject line of the email shall read: ""Response to Sources Sought Notice: LRPM System Integration."" If your submittal contains classified information, it must be properly labeled and transmitted in accordance with the National Industrial Security Program Operating Manual (NISPOM). Please contact the POC listed below for classified submission instructions. Proprietary information should be clearly marked. All information received will be handled accordingly and will not be returned. Product Requirements Document are attached. All questions should be sent in writing to the POC listed below. The Government will not pay for any information or administrative costs incurred in response to this notice. This notice does not constitute a commitment by the Government to issue a solicitation or award a contract. Please note that responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not pay for any information or administrative costs incurred in response to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/46301276411d4abbb8f91f7f669770f4/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN07680320-F 20260109/260107230037 (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 |