Army PM UAS - Launched Effects
ID: W519TC-25-9-2040Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

All Other Miscellaneous Manufacturing (33999)

PSC

GENERAL SCIENCE & TECHNOLOGY R&D SVCS; GENERAL SCIENCE & TECHNOLOGY; EXPERIMENTAL DEVELOPMENT (AJ13)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Program Executive Office Aviation (PEO Aviation) and Project Manager Uncrewed Aircraft Systems (PM UAS), is seeking proposals from qualified vendors for affordable Launched Effects (LE) systems. These attritable unmanned systems, designed for deployment from airborne or ground platforms, will perform critical missions such as reconnaissance, electronic warfare, communications relay, and strike, operating autonomously in collaborative teams. The initiative aims to rapidly procure and field interoperable, modular LE systems to enhance the Army's capabilities, with a directive to equip every Army Division and Multi Domain Task Force by 2026. Interested vendors must submit detailed proposals that meet specified priority capabilities, including EO/IR DILR, inert lethal payloads, and autonomous execution, with initial awards prioritized for those who can deliver within 4-6 months of the agreement. For further inquiries, vendors can contact Mark Martinez at mark.martinez2.civ@army.mil or Jordan Myers at jordan.m.myers7.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Army's Program Executive Office Aviation (PEO Aviation) and Project Manager Uncrewed Aircraft Systems (PM UAS) are seeking proposals from qualified vendors for affordable Launched Effects (LE) systems. These attritable unmanned systems, deployed from airborne or ground platforms, are designed for missions such as reconnaissance, electronic warfare, communications relay, and strike, operating autonomously in networked, collaborative teams. The objective is to rapidly procure and field interoperable, modular LE systems, including air vehicles, payloads, launchers, and ground elements, along with a fully supported Program of Instruction (POI) for operator training. The Army aims to address the current lack of LE inventory for soldier evaluation in tactical environments, with a directive to field these systems to every Army Division and Multi Domain Task Force by 2026. Priority capabilities include EO/IR DILR, inert lethal payloads, 40km operating range, full mission preplanning and dynamic re-tasking, autonomous execution, collision avoidance, and digital training products. Vendors must propose solutions that meet these priority criteria, demonstrating innovation and compressed schedules, and should provide detailed proposals outlining their technical approach, past performance, manufacturing capabilities, cost estimates, and delivery schedules.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program, aimed at gathering industry input for the development of loitering munitions. This initiative seeks to identify viable prototype systems that can be integrated with SOCOM Combatant Craft to fulfill MLE-1 requirements, which include capabilities for precision strike missions over-the-horizon. The MLE-1 program is critical for enhancing naval warfare capabilities, providing an organic precision-strike mission package designed to minimize collateral damage while maximizing operational effectiveness. Interested vendors must submit their responses by 5:00 PM EST on December 19, 2025, and can direct inquiries to Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil. Additionally, vendors must comply with the Terms of Use Agreement for Government Furnished Information, which includes strict handling and disclosure protocols.
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.
    Drone Dominance Program - Request for Information
    Buyer not available
    The Department of Defense, through the Department of the Navy's NSWC Crane, is issuing a Request for Information (RFI) for its Drone Dominance Program, aimed at enhancing the production of low-cost small unmanned aerial systems (sUAS) for One-Way Attack (OWA) missions. The program seeks to rapidly scale the manufacturing of U.S.-made sUAS to support warfighting capabilities, with a planned investment of $1 billion in fixed-price orders over four phases within the next two years, utilizing 10 U.S.C. 4022. This initiative is critical for ensuring that every warfighter has access to affordable and effective sUAS, thereby strengthening the U.S. industrial base. Interested vendors are encouraged to respond to the RFI by submitting their insights on production challenges and capabilities via a standardized online form, with responses due by December 17, 2025, and the first phase of the Gauntlet challenge set to commence on February 16, 2026.
    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.
    MV-75 Future Long Range Assault Aircraft (FLRAA) Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking industry feedback through a Sources Sought Notice for the MV-75 Future Long Range Assault Aircraft (FLRAA) Modernization program. The objective is to identify potential contractors capable of providing engineering services and support across various technical domains, including aircraft mission systems, propulsion systems, and protection systems, as part of the Army's Future Vertical Lift modernization strategy. This initiative is crucial for enhancing the Army's operational capabilities in multi-domain operations, with plans to initiate production orders in FY28. Interested vendors are encouraged to submit their capabilities statements by 2:00 p.m. Central Time on January 30, 2026, to the designated email addresses provided in the notice.
    Self-Propelled Howitzer Systems (SPHS) Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Self-Propelled Howitzer Systems (SPHS) through a Commercial Solutions Opening (CSO) aimed at acquiring innovative commercial items, technologies, or services. The objective is to enhance the development, integration, demonstration, and sustainment of capabilities for the M109A7/M992A3 systems, which play a crucial role in providing indirect fire support to combat units. This initiative is part of a broader strategy to maintain the U.S. military's decisive advantage on the battlefield, ensuring operational outcomes such as improved mobility, supportability, and vehicle survivability. Interested parties should submit their proposals in accordance with the outlined phases and requirements, with the next response deadline set for October 22, 2025. For further inquiries, contact Jeffrey Budd at jeffrey.t.budd6.civ@army.mil or Elise Wong at elise.c.wong.civ@army.mil.
    Sources Sought for Wingtra GEN II Airframe
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors capable of providing the WingtraOne Gen II airframe, model number WOP-EMP-GEN2, through a sources sought notice. This procurement aims to identify potential suppliers for this specific airframe model, which is likely intended for advanced aerial operations and data collection. Interested vendors are encouraged to respond to this notice by emailing Shawn Valastro at shawn.m.valastro.civ@army.mil by 08:00 AM on December 9, 2025, as this is not a request for quotations but rather an inquiry into vendor capabilities.
    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.
    AMD 0001 AGMS Production FY26, Sole Source to Lockheed Martin
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the production and engineering services of Air-to-Ground Missile Systems (AGMS), specifically targeting HELLFIRE and JAGM missiles for fiscal year 2026. The procurement aims to establish a new subsumable contract under the existing Umbrella Contract SPE4AX22D9000, with a primary contract type of Firm Fixed Price and a secondary type of Cost Plus Fixed Fee, detailing specific missile variants and their respective minimum and maximum quantities. This acquisition is crucial for maintaining the operational readiness and effectiveness of U.S. military capabilities in guided missile technology. Interested parties must submit their proposals by January 26, 2026, at 4:00 PM CST, and all communications should be directed in writing to the DLA contracting team, specifically to Anna Phillips at anna.phillips@dla.mil or Mallory Medley.
    UAS Drone Blue Cleared or Select lists compliant BPA
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft Systems (sUAS) and associated repair parts. Interested vendors must be authorized distributors of drones listed on the Blue UAS Cleared or Select lists, which are compliant with current laws and validated as cyber-secure for Department of Defense operations. This procurement is crucial for meeting the evolving mission needs of DoD users and is set aside exclusively for small businesses, with no current funding available for proposal preparation. Interested parties should submit their responses electronically, including required documentation, to the designated contacts by referencing “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject line.