Project Management Office, Aircraft Survivability Equipment (PMO-ASE) Laser Detection & Warning System - United States Government (USG)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Army Contracting Command—Redstone Arsenal (ACC-RSA) is conducting market research for the Project Management Office, Aircraft Survivability Equipment (PMO-ASE) to identify industry capabilities for a Laser Detection & Warning System (LDWS) for the U.S. Government (USG). This Sources Sought seeks Commercial Off-The-Shelf (COTS) systems to enhance aircraft survivability. Responses are due by February 13, 2026, at 1700 CST.
Scope of Work
The USG currently utilizes the AVR-2B as a standalone Laser Detecting Set (LDS). The requirement is for COTS systems capable of detecting and warning against ground and aerial pulsed and continuous-wave lasers, providing an accurate eight (8) to ten (10) digit grid point of origin (PoO), and alerting aircrews via cockpit displays. Desired multi-use capabilities include Unmanned Aerial Systems (UAS) detection, Low Probability of Detection/Intercept (LPD/LPI) laser communication, Discriminate Laser Sources (laser IFF), Radar Cueing, LiDAR, Degraded Visual Environment (DVE) assistive technology, and Threat Defeat. Vendors should detail their system's external connection, power, certification status (commercial/military), data rights availability, Modular Open Systems Architecture (MOSA)/HOST compliance, and required modifications for US Army aircraft integration.
Submission Requirements
Interested parties must submit a capabilities statement, no more than four (4) one-sided pages, with each technology on a single page (maximum 3 technologies). At least one page must address dual-use/multi-use, integration capability, and the expected Technology Readiness Level (TRL) of combined technology. Submissions must be in Adobe .pdf format, printed on 8.5x11-inch paper with 1-inch margins, 12-point Arial font (10-point for tables/drawings). Include current and combined TRL status, and potential secondary use for US Army rotary/fixed wing equipment. Do not include classified material.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Place of Performance: Huntsville, Alabama 35806
- Response Due: February 13, 2026, 1700 CST
- Published: January 28, 2026
Additional Notes
This is for market research and preliminary planning only, not a Request for Proposal (RFP) or a commitment to award a contract. No funds are available for response preparation. Information gathered may inform the Army's acquisition strategy, Statement of Work, or Performance Work Statement. Exceptional responses may lead to invitations for industry day events. All respondents must be registered and active in the System for Award Management (SAM).