SOURCES SOUGHT
99 -- Project Management Office, Aircraft Survivability Equipment (PMO-ASE) Laser Detection & Warning System - United States Government (USG)
- Notice Date
- 1/28/2026 9:35:56 AM
- Notice Type
- Sources Sought
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-26-R-LDWS
- Response Due
- 2/13/2026 3:00:00 PM
- Archive Date
- 02/28/2026
- Point of Contact
- Robin W. Easter, Ashley Bowers
- E-Mail Address
-
robin.w.easter.civ@army.mil, ashley.w.bowers.civ@army.mil
(robin.w.easter.civ@army.mil, ashley.w.bowers.civ@army.mil)
- Description
- SOURCES SOUGHT Project Management Office, Aircraft Survivability Equipment (PMO-ASE) Laser Detection & Warning System - United States Government (USG) INTRODUCTION The Army Contracting Command�Redstone Arsenal (ACC-RSA) is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Laser Detection capabilities for the USG. PLACE OF PERFORMANCE Huntsville, Alabama 35806 DISCLAIMER This Sources Sought/Request for Information (SS/RFI) is for market research and informational purposes only. Information gathered to be used for preliminary planning purposes in accordance with Federal Acquisition Regulation (FAR) Part 15.201(e). This is not a �request for proposal (RFP)� to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this announcement is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. The information provided may be used by the Army in developing its acquisition strategy, Statement of work and/or Performance Work Statement. This information is subject to change and in no way binds this office to pursue any course of action described herein. If a solicitation is released at some future date, another notice will be published. PROGRAM BACKGROUND Currently, the U.S. Government utilizes the AVR-2B as a standalone Laser Detecting Set (LDS). LDS is a passive laser warning system that receives, processes, and displays threat information resulting from aircraft illumination by laser designators, rangefinders, and beam rider Missile Guidance systems. AVR-2B was an Engineering Change Proposal (ECP) to AVR-2A and the Acquisition Category (ACAT) IV Designation for LDS and Milestone Decision Authority (MDA) Delegation was issued to PMO ASE in March 2018. REQUIRED CAPABILITIES COTS systems should at a minimum provide detection and warning for ground and aerial based pulsed and continuous-wave lasers aimed at an aircraft and provide enough data to produce a location of the source. Location should include an accurate eight (8) to ten (10) digit grid point of origin (PoO). The system should alert aircrews by providing information on cockpit displays that may be relayed to ground forces or other vehicles. Further multi-use technologies might include: Unmanned Aerial Systems (UAS) detection, Low Probability of Detection (LPD)/ Low Probability of Intercept (LPI) laser communication Discriminate Laser Sources (laser IFF (identification friend or foe)), Radar Cueing, LiDAR, Degraded Visual Environment (DVE) assistive technology, Threat Defeat Etc. Vendor responses should include their COTS system�s external connection type, power requirements, whether the system is currently certified (commercial or military) and the certification. Responses should also include data rights availability, whether or not the system meets Modular Open Systems Architecture (MOSA)/HOST requirements, current system power requirements, whether the system uses an open architecture other than MOSA, and expected modifications required to transition the system from its current use to a configuration adaptable to military-based US Army aircraft. Responses may consider or incorporate the use of third-party software for aircraft integration purposes. Any additional functionalities (or lack of) should not be considered as negative by a vender considering a response. Responses are welcome whether the COTS presents all of the additional multi-use capabilities or none. The USG aims to not constrain industry innovation or creativity in combining technologies or using a COTS technology for an other-than-designed purpose. While not a formal evaluation, responses that demonstrate exceptional readiness, capability, and value may be asked to participate in future industry day events to demonstrate the technology. SUBMISSION DETAILS Interested parties are requested to submit a capabilities statement of no more than four (4) one-sided pages in length with each technology or system on a single page and no more than 3 technologies presented. At least 1 page should be dedicated to showing the dual use/multi-use of the technology, the current capability to integrate multiple technologies, and the expected TRL of the combined technology. Submissions shall be capable of being printed on 8.5 x 11-inch paper with one inch margin (top, bottom, left and right) and a 12-point Arial font. Line spacing shall be set at no less than single space. Tables, drawings, and header/footer information shall be 10-point Arial font or larger. For tables and drawings, landscape orientation is permitted. All submissions will be in an Adobe .pdf format. Vendors should not include proprietary information in any responses. Responses should include, but are not limited to the following: a. Current TRL status of the technologies and assessed TRL status if those technologies were or are combined. b. Use of the technology in its current configuration and potential secondary use as U.S. Army rotary / fixed wing equipment. All responses to this Sources Sought shall be electronically submitted, via e-mail, no later than 13 February 2026 at 1700 CST. Please include �LDWS SSN/RFI� in the subject line. All interested parties must be registered and active in the System for Award Management (SAM). Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Submissions will not be returned to respondents. Security classification guidance shall be directed to PM ASE, Ms. Vickie Cooper at Vickie.c.cooper.civ@army.mil. impromptu Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted, via e-mail to: Robin W. Easter, robin.w.easter.civ@army.mil, and Ashley Bowers, ashley.w.bowers.civ@army.mil, no later than 13 February 2026 at 1700 CST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a37ed4af297042759a78a8b26c17e771/view)
- Place of Performance
- Address: Huntsville, AL 35806, USA
- Zip Code: 35806
- Country: USA
- Zip Code: 35806
- Record
- SN07699978-F 20260130/260128230048 (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 |