Call for Solutions - Low Altitude Stalking and Striking Ordnance (LASSO) Rapid Prototyping
ID: SOLDIER_25-01Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, USA

NAICS

Aircraft Manufacturing (336411)

PSC

GUIDED MISSILE SYSTEMS, COMPLETE (1425)
Timeline
    Description

    The Department of Defense, specifically the Army's Program Executive Office (PEO) Soldier, is soliciting innovative solutions for the Low Altitude Stalking and Striking Ordnance (LASSO) Rapid Prototyping initiative. This procurement aims to develop prototype loitering munition systems that enhance the Infantry Brigade Combat Teams' (IBCT) capabilities to achieve tactical superiority against armored threats in complex environments, ensuring immediate long-range precision fire with minimal collateral damage. The successful solutions will adhere to Modular Open Systems Architecture (MOSA) principles and are expected to meet stringent performance specifications, including effective anti-armor capabilities and robust control systems. Interested vendors must submit their Solution Briefs by July 3, 2025, and can direct inquiries to Alyssa R. Sexton at alyssa.r.sexton5.civ@army.mil or Jennifer L. Barnes at jennifer.l.barnes78.civ@army.mil for further details.

    Files
    Title
    Posted
    The document outlines Amendment 2 to the Call for Solutions for Low Altitude Stalking and Strike Ordnance (LASSO), detailing critical updates to the project's Agreement Data Requirements List (ADRL) and Statement of Objectives (SOO). Key changes include the synchronization of ADRL numbering with the SOO, provision of previously missing ADRLs, removal of outdated terminology (PDR/CDR/SSR/SDR), and revisions across multiple sections of the SOO to enhance clarity. Notably, no extensions will be granted due to these updates, and they will be indicated in filenames with the term “(Change)”. Additionally, participating in this solicitation does not exclude bidders from future opportunities related to upcoming System Architecture efforts. This amendment reinforces the government's commitment to clarity and consistency in the procurement process while ensuring that all participants are informed about the implications of these administrative updates.
    The file outlines the requirements and performance specifications for a government Request for Proposal (RFP) focused on a new system, referred to as LASSO, designed for military applications. Key criteria include launch wind limitations, hand-off capabilities, NSA-approved encryption, and soldier mobility, ensuring the system's safety and operational effectiveness in diverse conditions. Performance objectives are established to optimize transportability, engagement range, reliability of the Fire Control System (FCS), and capability to operate in denied and cyber-contested environments. The specifications demand detailed assessments concerning weight, system endurance, and lethality against target types, including tanks. Emphasis is placed on soldier safety during operation and minimizing auditory signatures during launch and flight. Overall, the document provides a comprehensive framework aimed at fostering innovation while maintaining stringent standards for military applications, reflecting the federal government's commitment to enhancing defense capabilities through careful evaluation of potential contractors’ proposals.
    The "LASSO Rapid Prototyping Pricing Sheet" outlines pricing structures for various hardware and software components required in a government procurement initiative. The sheet specifies a calendar year range from CY25 to CY29 with varying quantities ranging from 10 to 100 units for different items. It includes categories for lethal munitions, fire control systems, and ancillary equipment, among other hardware components, alongside software development and logistics support services. Each category is identified with a Fixed Firm Price (FFP) designation and may include optional additional hardware and training services. The document serves as a tool for vendors to provide detailed pricing for a proposed solution in response to a government Request for Proposals (RFP). This form aligns with federal procurement practices by summarizing critical components needed for effective project proposals, ensuring transparency and structured responses from potential suppliers. Overall, it facilitates the acquisition process while ensuring adherence to federal guidelines and requirements.
    The Call for Solution for Low Altitude Stalking and Strike Ordnance (LASSO) addresses the need for enhanced tactical capabilities of the Infantry Brigade Combat Teams (IBCT) against advanced threats in complex environments. The program aims to develop prototype loitering munition systems that ensure immediate long-range precision fires with minimal collateral damage. It outlines the submission requirements for Solution Briefs due by July 3, 2025, and emphasizes the commitment to adhering to Modular Open Systems Architecture (MOSA) principles. Key objectives include delivering effective anti-armor capabilities, ensuring modularity, and developing a robust control system within specified timelines. Evaluations will focus on technical merits, feasibility, viability, and scheduling of proposed solutions, with subsequent phases potentially inviting selected submissions for oral presentations and formal proposals. Companies are expected to provide detailed descriptions of their systems and technical metrics while addressing the requirements outlined in response templates. The outcome may lead to follow-on production opportunities, reinforcing the government's interest in innovative solutions meeting current defense demands. This initiative underscores the Army's focus on enhancing operational effectiveness through advanced technology and strategic partnerships in defense contracting.
    The document highlights the requirements for submitting an Open Systems Management Plan (OSMP) related to the Modular Open Systems Approach (MOSA) for a project associated with LASSO. The OSMP outlines the vendor's strategy for implementing an open architecture and emphasizes the use of open standards, data models, and modules. It details essential components such as Configuration Item management, technology insertion, and life cycle sustainability while addressing the five principles of MOSA. The vendor is required to submit a draft of the OSMP by Milestone 1, with subsequent updates needed for Technical Reviews. The government will review submissions within 15 business days, providing feedback and requiring updated versions if necessary. Adherence to formatting compatible with Microsoft Office and compliance with export control regulations is mandated. The document is designated for distribution to Department of Defense and associated vendors, underscoring the controlled access to its content. The OSMP is essential for ensuring the project's alignment with open system principles and successful implementation in support of the broader objectives of the LASSO initiative.
    The document pertains to the Software Development Documentation (SDD) for the LASSO project under the federal government's initiatives. The main objective is to establish comprehensive guidelines for the vendor in developing software, ensuring adherence to specific standards, methodologies, and compliance requirements. The SDD must cover the software development process, including implementation strategies, algorithm explanations, interface designs, and verifications. Additionally, it includes the requirement for periodic updates aligned with government approvals. Key details include the submission timelines for the draft SDD at Milestone 2 and continuous updates post-Milestone 3, with a government review period of 15 business days. Vendor submissions must utilize compatible formats and be compliant with export control laws. The document underlines the importance of cybersecurity and safety assurance in the software development life cycle. Ultimately, this document highlights the structured approach the federal government mandates for software development, emphasizing compliance, quality assurance, and continuous improvement processes, crucial for fostering efficient software solutions within defense projects.
    The document outlines the requirements for a Safety Assessment Report (SAR) pertaining to the LASSO system. It mandates that the SAR be submitted two months prior to a Test Readiness Review (TRR) and requires government review within 15 business days, along with provisions for contractor resubmission of updates based on feedback. The SAR's purpose is to evaluate safety risks prior to testing or operation, detailing safety features, specific controls, and compliance verification regarding safety requirements. The report must be compatible with Microsoft Office formats and adhere to specific export control regulations. Overall content includes an overview of system description, intended use, operations, and safety engineering, along with hazard conditions and recommendations. The distribution of the SAR is restricted to authorized Department of Defense and related vendors. This document underlines the importance of safety protocols in governmental defense systems and emphasizes compliance with strict operational standards.
    The government document outlines the requirements for submitting Product Drawings/Models and Associated Lists related to the LASSO system, identified by ADRL Number E004. These engineering documents, conforming to the Data Item Description (DID) No. DI-SESS-81000F, are essential for competitive procurement and maintenance of interchangeable items. Delivery is mandated during Milestone 3, with a requirement for Government review within 15 business days. Subsequent updates must be submitted within 10 business days of feedback. The submission must be in a vendor-compatible format and follow export control regulations due to the sensitive nature of the technical data. The document is categorized under Distribution Statement D, limiting access to Department of Defense and approved vendors, with specific procedures for external requests directed to the Product Manager. This structured approach demonstrates compliance with federal protocols while facilitating efficient sharing of critical technical information within the defense sector.
    The document outlines requirements for the submission of Source Control Drawings, referenced under Data Item Description DI-SESS-81000F, related to the procurement of items for Department of Defense projects. It specifies that these drawings define sourcing requirements, performance criteria, and installation characteristics for items, predominantly used in critical applications. Submissions must be compatible with Windows and Microsoft Office formats and are subject to export restrictions under U.S. law. Key details include a mandatory review period, where the government has 15 business days to provide feedback on submitted documents, necessitating revisions within 10 business days if comments are made. The document emphasizes distribution restrictions, indicating that it is only authorized for the Department of Defense and its vendors. Furthermore, the submission process must include a concurrent submission of another related document, DI-SESS-80639. Overall, this file serves a crucial role in ensuring that procurement activities within defense projects comply with established technical and legal standards.
    The government document outlines the requirements for a Configuration Management Plan (CMP) for the LASSO system, to be delivered by a vendor. The CMP details the strategies and procedures the vendor will implement for maintaining system configuration, including hardware and software management. Key milestones include the submission of a draft at Milestone 2 and a final version by Milestone 3, with the government providing feedback or approval within 15 business days. The document specifies the expected format compatible with Microsoft Office and Project tools, while advising adherence to established guidelines, including specific Data Item Descriptions. It also contains export control warnings and distribution limitations, emphasizing compliance with relevant laws. Additionally, the CMP must address areas such as configuration identification, change control, status accounting, and audits, ensuring a structured approach to configuration management. Overall, the CMP serves as both a framework for the vendor’s management processes and a basis for the government’s oversight in monitoring compliance with contract specifications.
    The document outlines requirements for the Engineering and Configuration Control Document (ECCD) related to the LASSO system. It specifies the need for contractors to prepare and electronically submit Engineering Change Proposals (ECPs) and their supporting documents for configuration changes. The contract mandates that contractors perform a tolerance analysis for submitted materials. There are defined time frames for government reviews, with a 15-business-day review period and a 10-business-day resubmission timeline for updates based on feedback. ECPs require submission within five business days post-preparation. Moreover, the ECCD is vital for managing changes to deliverables, ensuring stability and consistency throughout the project lifecycle. The document also includes technical preparation instructions, format compatibility standards, and export control warnings, indicating potential legal implications associated with contained data. The information is restricted to the Department of Defense and associated vendors, with specific distribution procedures mentioned. The overall aim is to streamline engineering documentation and enhance regulatory compliance in the configuration management process.
    The document outlines the procedures for submitting an Accident/Incident Report, also known as a Field Incident Report, which documents events leading to potential injury, illness, or damage. The report must include essential details like the incident's time, location, involved parties, and resultant effects. Initial submissions should be sent to designated Army contacts, followed by a follow-up report within 24 hours. The government will review submissions within 15 business days, requiring resubmissions based on feedback within 10 days if necessary. The report format can be vendor-specific but must be compatible with Microsoft Office software. The document carries an export control warning, indicating its restricted dissemination, and is designated for Department of Defense and authorized U.S. vendors only. Overall, this report is a critical tool for safety investigations and risk management within government operations.
    The document outlines the requirements for a Systems Engineering Management Plan (SEMP) as part of a federal Request for Proposal (RFP). It mandates the vendor to submit a Draft SEMP by Milestone 1 and a Final SEMP by Milestone 2, detailing the system engineering process applicable to system design and testing throughout the contract period. The government will review submissions within 15 business days, providing either approval or comments, to which the vendor must respond with updates within 10 business days if necessary. The SEMP serves as a foundational document illustrating the vendor's overall technical management approach, including their standards and tools for the project. The document specifies requirements for formatting, export control warnings, and distribution statements, including that the SEMP is only to be shared with authorized Department of Defense personnel. Compliance with these guidelines is essential to ensure proper handling of potentially sensitive technical data.
    The document details a Request for Proposal (RFP) for Frequency Allocation Application and Certification Support for the LASSO system, identified under ADRL Number E010. It outlines the responsibilities of the vendor concerning the submission of an updated Stage 3 DD Form 1494 application for frequency allocation, which must occur within 60 days of the award. The government will review this application within 15 business days and expects timely resubmissions from the contractor following any comments or disapprovals. The vendor must also provide technical support for frequency spectrum testing during the certification approval process, culminating in the submission of a Stage 4 DD1494 form. The document emphasizes adherence to specific formatting requirements and contains an Export Control Act warning, highlighting the sensitivity of the information. It is designated for internal use by the Department of Defense and authorized vendors only. Overall, the file illustrates the procedural and compliance landscape for government projects related to frequency allocation within military telecommunications.
    The document outlines the requirements for the Unified Data Reference Architecture (UDRA) Checklist, designated under ADRL Number E011. The UDRA serves as a framework for managing data within a production and consumption environment, ensuring conformity to established standards. Vendors are required to submit the UDRA Conformance Checklist at key milestones, providing at least one or up to four CSV files depending on assessment results. The possible paths include providing assessments for applicability and conformance or utilizing the digital engineering conformance model. Each CSV file must meet specific format requirements compatible with Microsoft Office products and follow the guidelines detailed in the Data Item Description (DID) DI-MISC-80508B. The document's distribution is restricted to the Department of Defense and approved contractors. This initiative exemplifies efforts to standardize and secure data management practices, highlighting the importance of compliance and assessment frameworks in the federal data architecture landscape.
    The document outlines the requirements for providing a Provisioning Parts List (PPL) for the LASSO system. The vendor is tasked with delivering a PPL and accompanying Engineering Data File Package (EDFP) in compliance with MIL-PRF-49506 guidelines. It must be updated to reflect any configuration changes leading up to final hardware delivery. The document specifies a six-month timeline for government National Stock Number (NSN) assignment, with the process starting upon receipt of the proper Product Technical Data (PTD) and associated drawings. The PPL includes all components necessary for assembly and maintenance of the system. Submission formats must be compatible with Microsoft Office and the delivery of documents is mandated both in hard copy and ASCII text format. Additionally, the document specifies distribution classifications limiting access to Department of Defense personnel and contractors, emphasizing compliance with export control laws. Lastly, the vendor must adhere to a structured review and correction process, committing to timely resubmissions based on government feedback. This initiative reflects the government’s commitment to ensuring thorough documentation and readiness for the LASSO system's operational deployment.
    The document outlines the requirements for the Training Materials and Instructor and Key Personnel Training (I&KPT) related to the LASSO system, as specified by the U.S. Army. The vendor is tasked with developing training courses for both operators and maintainers to ensure they can effectively operate and maintain the JETS IILASSO systems. The training should cover essential tasks as defined in the related technical manuals, updated as needed with any system changes. The initial training review conference (TRC) will set milestones and address project issues, with regular assessments conducted by the contracting officer. Emphasis is placed on safety during training, requiring detailed procedures and necessary protective equipment. Upon course completion, students may retain their materials, while all materials developed for training become government property. Additionally, the government reserves the right to document the training for review purposes. Compliance with specific document formats and security policies is mandated. This initiative is essential for ensuring personnel are adequately trained to operate and maintain critical military systems, aligning with U.S. defense objectives.
    The government document outlines the requirements for creating a Quick Reference Card (QRC) for the LASSO system, intended for commercial operators. The QRC must include essential operating procedures, such as button functions, low battery indicators, operation modes, calibration, and basic troubleshooting. It should be concise, no larger than three laminated pages measuring 5.5” x 3.5” when folded, and prepared at an eighth-grade reading level for ease of comprehension. Submission timelines are critical: initial digital files must be provided 60 business days prior to a designated Technical Readiness Review (TRR), with final versions due 30 days after incorporating government feedback, which itself will have a turnaround of 21 business days. The QRC should be tailored based on additional requirements defined by the Integrated Product Team (IPT). Additionally, a Commercial Operator Manual detailing all aspects of the system's operation, maintenance, and assembly must adhere to specific federal standards. The document also includes export control warnings, reinforcing that access to technical data is limited under U.S. laws. This synthesis emphasizes the structured approach to documentation essential for compliance and operational clarity within government contracts and requirements.
    The document outlines various deliverables required for the LASSO project, focusing on cybersecurity and system management. It specifies sections detailing the obligations of the contractor regarding the submission of critical documents, including Cybersecurity Vulnerability Management Plans, System Security Plans, Production Readiness Reviews, and more. Each deliverable has defined timelines for initial and final submissions, as well as stipulations for revisions based on government feedback. It underscores the necessity for compatibility with specific software formats and emphasizes compliance with export control laws. Additionally, the document mandates maintenance of rigorous standards for documentation, incorporating measures for safety assessment and configuration management. These requirements ensure alignment with Department of Defense guidelines, facilitating effective monitoring and execution of project tasks while fulfilling regulatory obligations.
    The Call for Solution for Low Altitude Stalking and Strike Ordnance (LASSO) aims to address the deficiencies of Infantry Brigade Combat Teams (IBCT) in achieving tactical superiority against armored threats in complex environments. The U.S. Army's Program Executive Office (PEO) Soldier is seeking innovative solutions for prototype loitering munition systems that provide immediate, point long-range fire capabilities with minimal collateral damage. The submission of Solution Briefs is due by July 3, 2025, with specific evaluation criteria focused on feasibility, viability, desirability, technical merit, schedule, and price. Key attributes desired include an integrated control system, adherence to Modular Open Systems Approach (MOSA) principles, and manufacturing capabilities that meet delivery demands. Award decisions may lead to prototype contracts followed by large-scale production opportunities without additional competition. The process includes written evaluations and oral presentations, encouraging vendor innovation while maintaining compliance with Department of Defense standards. The structure of the solicitation highlights the phased evaluation approach and the potential for substantial follow-on production contracts based on initial prototype performance, reinforcing the government’s focus on fostering advanced defense capabilities.
    The LASSO Rapid Prototyping Pricing Sheet outlines pricing structures and submission requirements for various hardware, software, and logistics support in a federal project. Vendors are instructed to provide pricing for specific quantities across several calendar years (CY25-CY29) for various items including lethal munitions, fire control systems, training equipment, and support services. The pricing structure is based on Firm Fixed Price (FFP) and indicates various levels of effort in hours, categorizing services such as user training, shipping, maintenance, and engineering support. It highlights the necessity for detailed hardware items, logistics support, and software development. This document is integral for vendors to submit competitive and compliant proposals in response to government RFPs, ensuring clear pricing and deliverables to meet defense-related specifications and departmental requirements. The organized structure supports vendor alignment with project goals while promoting transparency in estimates and logistical planning. This pricing sheet serves as a crucial tool for fostering effective vendor engagement and planning within federal procurement frameworks.
    The document outlines performance specifications and screening criteria for a military system, focusing on the LASSO (presumably an advanced weapon or reconnaissance platform). Key criteria include launch capabilities under diverse wind conditions, hand-off capabilities from rear to forward soldiers, incorporation of NSA-approved encryption for data security, and user safety protocols to eliminate potential hazards. Specifications further discuss soldier mobility, system transportability, and reliability measures, including the performance of the Fire Control System (FCS) and the effectiveness of munitions against armored targets. Essential objectives prioritize maximizing anti-tank effectiveness, soldier portability, mobility, and operational endurance while minimizing launch and flight signatures. The document built upon a structured format categorizing requirements and performance objectives, emphasizing compliance with cybersecurity and communication standards within military operations. Overall, it highlights the design priorities necessary for the successful development and fielding of advanced military technologies according to government RFP standards.
    The document outlines procedures for the development and submission of agendas, read-ahead briefs, and meeting minutes related to Milestone and Technical Reviews for a project identified as LASSO. The vendor is required to provide these documents to the Integrated Product Team (IPT) co-chairs two business days prior to meetings, with action items and minutes to follow within two days post-meeting. The government will then have five business days to review the materials before the vendor updates them. Important components include a single action item list that tracks items from inception to resolution, and comprehensive minutes that encompass attendees, previous action items, agenda topics, discussions, decisions, and working group assignments. The document emphasizes compliance with specific formatting requirements and security protocols, including export control measures and distribution limitations to authorized Department of Defense personnel. Overall, it establishes a structured framework for documentation and communication to ensure efficient project management and accountability.
    The document outlines requirements for a Draft Test Plan for the LASSO project, identified by ADRL Number Q001. The vendor is responsible for submitting this plan, which must include integration testing, within 20 business days post-briefing at the SR/DR Entrance. Finalization of the Test Plan is required before the SR/DR Exit, with a government review period of 15 business days for comments or approval. Updated submissions must follow any government feedback within 10 business days. The Test Plan must adhere to Data Item Description (DID) No. DID-80566A and meet specific formatting criteria compatible with Microsoft Office software. Furthermore, the document contains export control warnings, indicating that its distribution is restricted to Department of Defense and authorized U.S. vendors only. This structured approach ensures thorough testing and compliance within government project parameters, emphasizing the importance of careful documentation and collaboration with government entities while addressing data sensitivity issues. Overall, the purpose is to ensure that the Test Plan aligns with military standards while facilitating effective government oversight throughout the testing process.
    The document outlines the requirements for the submission of Failed Item Analysis Reports (FIAR) by a vendor, detailing the process following test failures in military systems or components. Each incident triggers a mandatory root cause analysis and a report to the government within specified deadlines: initial notification within one business day and a final report within ten business days. The FIAR must document the failure mode, analysis, corrective actions, and recommendations for handling affected items. The vendor may combine reports for similar failures but must receive approval from the Integrated Product Team (IPT) to close any FIAR. The report must adhere to specific formatting requirements and include necessary export control warnings, as well as a distribution statement limited to the Department of Defense and associated vendors. The process emphasizes accountability, prompt communication, and thorough documentation to ensure reliability and compliance with defense standards.
    Similar Opportunities
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    N0016425SC001 CSO
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting innovative commercial solutions via a Commercial Solutions Opening (CSO) for the development of advanced technologies in areas such as Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare. The primary objective is to enhance operational effectiveness by addressing capability gaps with innovative solutions, including a Miniature Aiming System (MAS) for the .338 Norma Magnum Light Machine Gun and a Small Modular Optic and Laser Designator (SMOLDr) that improves laser designation capabilities. Proposals must be submitted electronically by July 3, 2025, for the MAS and by August 13, 2025, for the SMOLDr, with all submissions evaluated based on technical merit and feasibility. Interested parties can contact Mark Dravet at mark.v.dravet.civ@us.navy.mil or call 812-381-7085 for further information.
    AUTONOMOUS DELIVERY OF PRECISION NEUTRALIZATION OF EXPLOSIVE HAZARDS
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Joint Program Executive Office Armament and Ammunition (JPEO A&A), is seeking innovative solutions for the autonomous delivery of precision neutralization of explosive hazards through Broad Agency Announcement (BAA) W15QKN-25-S-14XS. The objective is to develop scalable systems capable of autonomously neutralizing various explosive threats, including traditional mines and improvised explosive devices, while creating safe maneuver lanes of 4.5m x 150m under challenging conditions, both day and night. This initiative is crucial for enhancing the safety and effectiveness of Army maneuver forces by allowing them to operate from a standoff distance, thereby reducing risk to personnel. Interested parties must submit white papers by April 16, 2025, and full proposals by June 30, 2025, with anticipated awards of up to $2.5 million by August 31, 2025. For inquiries, contact Jacqueline M. Smith at jacqueline.m.smith95.civ@army.mil or MAJ Cameron Fulford for technical questions at cameron.w.fulford.mil@army.mil.
    Lightweight Machine Gun-Assault (LMG-A) Call for White Papers
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking white papers for the Lightweight Machine Gun-Assault (LMG-A) project, which has undergone recent adjustments in its prototyping efforts. The procurement aims to restart the LMG-A Prototyping Project, previously managed by SOF AT&L-KR, now transitioning to the Navy Crane Contracting office. This initiative is crucial for enhancing the capabilities of small arms and ordnance accessories, which play a vital role in military operations. Interested parties should reach out to David Tenenbaum at david.tenenbaum1@socom.mil or call 813-826-6970 for further information, as additional announcements from the Navy Crane Contracting office are expected soon.
    PM UAS - Company Level Small Uncrewed Aircraft System (SUAS)
    Buyer not available
    The Department of Defense, specifically the Army, is seeking submissions for the Company Level Small Uncrewed Aircraft System (SUAS) challenge, facilitated by One Nation Innovation (ONI). This initiative aims to assess viable SUAS candidates for flight demonstrations that support the United States Army Maneuver Elements, while also contributing to the establishment of an Uncrewed Aircraft Systems (UAS) Marketplace. The challenge consists of multiple phases, with the first two phases focusing on White Paper responses from November 3 to December 17, 2024, to gather potential solutions for urgent operational requirements. Interested parties can submit their responses through the designated marketplace link and direct any inquiries to Adam Geneva at adam.m.geneva.civ@army.mil.
    Cornerstone OTA CS-26-1501 40mm Counter Unmanned Aerial System (CUAS)
    Buyer not available
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a competitive Cornerstone Initiative Request (CIR) for the development of a 40mm Counter Unmanned Aerial System (CUAS). The objective is to integrate advanced proximity sensing fuze technology into programmable air burst cartridges for the MK19 grenade launcher, creating a comprehensive system for countering small UAS threats, which includes detection, tracking, targeting, and defeat functionalities. This initiative is crucial for enhancing the U.S. Manufacturing and Defense Industrial Base, and interested parties must be members of the Cornerstone consortium to participate, with a proposal submission deadline expected 30 days after the CIR issuance on or after November 25, 2025. For inquiries and registration information, interested entities should contact the Cornerstone OTA mailbox at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.
    ARMY OPEN SOLICITATION (AOS)
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), has issued the Army Open Solicitation (AOS) to acquire innovative commercial solutions and research and development capabilities across all Army mission areas. This solicitation aims to enhance the Army's lethality by leveraging advanced commercial technologies and addressing Active Capability Gaps (ACGs) through a structured three-phase submission process, which includes Solution Briefs, Live Pitches, and Solution Proposals. The AOS is designed to support various procurement methods, including Fixed Price and Cost-type awards, and remains open indefinitely, allowing companies to respond to specific Calls for Solutions as they are posted. Interested vendors can reach out to Kristin Height or Robin Delossantos at usarmy.apg.acc.mbx.army-open-solicitation@army.mil for further information, and must ensure they are registered in SAM.gov with a Unique Entity ID (UEI) to participate in this opportunity.
    Air Force - Small UAS & Asymmetric Capabilities - Commercial Solutions Opening
    Buyer not available
    The Department of the Air Force is initiating a Commercial Solutions Opening (CSO) to seek innovative commercial technologies that support defense and asymmetric capabilities, specifically through the Air Force Life Cycle Management Center's Special Operations Forces & Personnel Recovery Division. This CSO aims to address future requirements through a structured three-phase competitive process, which includes Solution Briefs, Pitch Sessions, and full written Proposals, although no proposals are being accepted at this time. The CSO is significant for enhancing the capabilities of the Air Force in areas of special operations and intelligence, surveillance, and reconnaissance. Interested parties can find further guidance in the attached documents, with the CSO open for an initial period until September 3, 2026, and no funding currently available for this initiative. For inquiries, contact the USAF Asymmetric Capabilities CSO Group at USAFAsymmetricCapabilitiesCSO@groups.af.mil.
    LIFE CYCLE PILOT PROCESS (LCPP) AND RELATED TECHNOLOGIES BAA
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Project Lead Joint Services (PLJS), has issued a Broad Agency Announcement (BAA) titled "Life Cycle Pilot Process (LCPP) and Related Technologies" to solicit white papers and research proposals aimed at addressing technology gaps in the Industrial Base (IB) aligned with Government Owned Contractor Operated (GOCO) Modernization Goals. The primary objective of this BAA is to advance state-of-the-art manufacturing processes that enhance the overmatch capabilities of U.S. warfighters, with key areas of interest including Chemical Endurance, Digital Engineering, and Manufacturing Technology for Ammunition & Energetic Processes. Interested parties are encouraged to submit white papers as an initial step, with the BAA valid from September 26, 2025, to September 25, 2030, and proposals evaluated based on scientific merit and alignment with Army missions. For inquiries, contact Haakon Mathewson at haakon.l.mathewson.civ@army.mil or Wilson Au at wilson.w.au.civ@army.mil, and ensure registration in SAM.gov for proposal submissions.
    AFLCMC Armament Directorate Rapid Response (ADRR) Commercial Solutions Opening (CSO) for Innovative Execution
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC) Armament Directorate, is soliciting innovative commercial solutions via the Rapid Response (ADRR) Commercial Solutions Opening (CSO) for future requirements related to weapon technologies and system concepts. This CSO aims to facilitate the rapid development and characterization of novel capabilities, supporting various lifecycle phases from concept to sustainment, and may lead to FAR Part 12 contracts or Other Transactions. The opportunity is open until June 4, 2026, with specific requirements and submission deadlines communicated through periodic "spirals." Interested parties can reach out to primary contact Sara Riley at sara.riley@us.af.mil or secondary contact Jill Harms at jill.harms.1@us.af.mil for further information. Please note that no funding is currently available, and unsolicited proposals will not be accepted.