Navigate the lattice: hubs for browsing, trends for pricing signals.
UPDATE AS OF 23 JAN 2026:
The Government has received requests from several interested parties for access to the Distribution D documents associated with this Sources Sought Notice. To ensure fair opportunity and maintain consistency with releasability requirements, the Government is providing the following clarification:
Distribution D materials are available to all interested parties upon request, subject to verification of eligibility and completion of all required documentation (e.g., NDA certifications or other applicable forms).
Interested vendors who wish to obtain the Distribution D documents must submit a request via email to the points of contact listed in this notice. The Government will review each request to confirm releasability prior to providing access.
This update does not change the purpose of the Sources Sought Notice, which remains solely for market research and planning purposes.
UPDATE AS OF 14 JAN 2026:
-All questions regarding the SSN are due NLT 1200 central 21 January 2026.
-USG responses to questions which can be answered will be posted NLT 1700 central on 23 January 2026.
-Industry Day scheduled for a date to be announced, but within 30 days of the response due date for this opportunity. Industry Day will provide interested vendors the opportunity to have a 30 minute session with the USG to discuss their potential solution offerings.
Criteria for attendance at Industry Day: a company must submit a white paper to come to Industry Day.
Original Post:
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:
SUBMISSION INSTRUCTIONS
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.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 336414 (last 12 months), benchmarked to sector 33.