Skip to content
Department of Defense

This requirement is for a Life Cycle Launcher Support (LCLS) Contract for a period of 60 months, beginning in January 2028

Solicitation: W31P4Q-26-R-0026
Notice ID: 55be75479163458da8bdc4411a93deed
TypeSources SoughtNAICS 541614PSCJ014Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateALPostedApr 06, 2026, 12:00 AM UTCDueApr 20, 2026, 09:00 PM UTCCloses in 12 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Apr 20, 2026. Industry: NAICS 541614 • PSC J014.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W31P4Q-26-R-0026. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541614 (last 12 months), benchmarked to sector 54.

12-month awarded value
$5,835,079,371,372
Sector total $5,891,986,453,949 • Share 99.0%
Live
Median
$402,920
P10–P90
$345,257$460,584
Volatility
Stable29%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
99.0%
share
Momentum (last 3 vs prior 3 buckets)
-77%(-$3,614,982,779,642)
Deal sizing
$402,920 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AL
Live POP
Place of performance
Redstone Arsenal, Alabama • 35898 United States
State: AL
Contracting office
Redstone Arsenal, AL • 35898-5090 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
AL20260158 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Alabama • Lauderdale
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.69Fringe $0.00
Rate
FORM WORKER
Base $14.27Fringe $0.00
+33 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 33 more rate previews.
Davis-BaconBest fitstate match
AL20260158 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Lauderdale
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.69Fringe $0.00
Rate
FORM WORKER
Base $14.27Fringe $0.00
Rate
HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine)
Base $20.94Fringe $0.00
+32 more occupation rates in this WD
Davis-Baconstate match
AL20260100 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Colbert, Lauderdale
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $31.10Fringe $16.40
Rate
BOILERMAKER
Base $34.21Fringe $23.92
Rate
CARPENTER
Base $30.26Fringe $14.78
+25 more occupation rates in this WD
Davis-Baconstate match
AL20260053 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Mobile
Rate
BRICKLAYER
Base $12.69Fringe $0.00
Rate
CARPENTER, Includes Form Work
Base $11.72Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $10.35Fringe $0.00
+16 more occupation rates in this WD
Davis-Baconstate match
AL20260106 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Etowah
Rate
CARPENTER, Includes Form Work
Base $20.26Fringe $8.59
Rate
CEMENT MASON/CONCRETE FINISHER, Includes Water Sewer Lines
Base $13.71Fringe $0.00
Rate
ELECTRICIAN
Base $19.98Fringe $5.53
+5 more occupation rates in this WD

Point of Contact

Name
Rhonda D Sledge
Email
rhonda.d.sledge.civ@army.mil
Phone
Not available
Name
Robert L. Johnson
Email
robert.l.johnson4.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RSA • W6QK ACC-RSA
Contracting Office Address
Redstone Arsenal, AL
35898-5090 USA

More in NAICS 541614

Description

Description

The Army Contracting Command – Redstone Arsenal hereby issues the following Sources Sought notice as a means of conducting market research to identify parties having an interest in and the resources to support a five-year requirement (FY28-FY32) for the follow-on contract of Life Cycle Launchers Support (LCLS) in support of the United States Army and United States Marine Corps (USMC).

Disclaimer:

“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), OR REQUEST FOR QUOTE (RFQ). 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFQ, IFB, OR RFP. IF A SOLICITATION IS RELEASED, IT WIL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”

Background:

The Strategic and Operational Rockets and Missiles Project Office is responsible for the development, testing, acquisition, fielding and sustainment of the M142 High Mobility Artillery Rocket System (HIMARS) and M270 Multiple Launch Rocket System (MLRS) launchers. This responsibility includes technical and administrative requirements to implement a total life-cycle support program for the United States Army and USMC fielded launcher components. This support covers the M142 HIMARS Launcher Loader Module (LLM), Fire Control System (FCS), M270A1 and M270A2 MLRS FCS.

Required Capabilities:

The LCLS requirement describes the technical and administrative requirements necessary to create and implement a program to provide field service representatives, depot level repair, and program level management in support of the M142 HIMARS FCS, LLM, M270A1 and M270A2 MLRS FCS. The contract vehicle will be used by the United States Army and USMC. In addition, the contract shall provide supply chain management, depot and contractor spares, transportation, repair and return of line replaceable units. The Government has unlimited rights to the HIMARS and MLRS launcher production level 3 Technical Data Packages (TDP) at the system integrator level. Subcomponent product level TDPs are either restricted or undelivered and cannot be used for competition. The contractor maintains TDP control for the LCLS contract and changes to the TDP require contractor incorporation.

If your organization has the potential capacity to perform these contract services, please provide the following information in a capabilities statement:

  1. Company name, company address, overnight delivery address (if different from mailing address), Commercial and Government Entity (CAGE) Code, point of contact, e-mail address, and telephone number.
  2. Business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc…).
  3. The Defense Counterintelligence and Security Agency (DCSA accreditation letter for applicable system showing company is able to house Controlled Unclassified Information (CUI) information.
  4. Tailored capacity statement addressing the particulars of this effort; and provide a description of similar services offered to the U.S. Government and/or to commercial customers for the past three years.
  5. A description of logistics and repair capabilities that support HIMARS launchers existing MLRS (M270, M270A1 and M270A2) variants.
  6. Evidence of past similar experience and how it supports HIMARS, MLRS (M270, M270A1 and M270A2) launchers and munitions.

Additional Information and Submission Details (Capabilities Statement):

Interested parties are requested to submit a capabilities statement of no more than ten (10) pages length, Times New Roman font of not less than 10 pitch in either Microsoft Word or Portable Document Format (PDF).All responses under this Sources Sought Notice must be electronically mailed (e-mailed) to Rhonda Sledge, Contracting Officer, rhonda.d.sledge.civ@army.mil and Robert L. Johnson, Contract Specialist, robert.l.johnson4.civ@army.mil. Questions for this request are due by 4 pm, CST 14 April 2026.

Documentation provided must address at a minimum the following items:

  1. What type of work has your company performed in the past in support of the same or similar requirement?
  2. Can or has your company managed a task of this nature? If so, please provide details.
  3. Can or has your company managed a team of subcontractors before? If so, provide details.
  4. What specific technical skills does your company possess which ensure capability to perform the tasks?
  5. Briefly discuss previous teaming arrangements on your most challenging tasks that provide sufficient detail for the Government to understand the scope and complexity of the accomplished tasks.
  6. Quantify the magnitude of the effort, for example: number of full-time equivalents of the prime, total ceiling price, current obligation amount, and the number of subcontractors and their respective business size.
  7. What experience does your company have handling CUI and meeting the guidance and recommendations found in the National Institute of Standards and Technology (NIST) Special Publications 800-171, 800-171A, 800-172, and 800-172A?

All responses shall be unclassified. All data received in response to this Sources Sought  that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted.

All questions must be submitted to the Contract Specialist and Contracting Officer identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Contact Information:

Contracting Office Address:

Army Contracting Command – Redstone Arsenal

Redstone Arsenal, AL 35898-5090

USA

Primary Point of Contact:

Rhonda Sledge

rhonda.d.sledge.civ@army.mil

Secondary Point of Contact:

Robert L. Johnson

robert.l.johnson4.civ@army.mil

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

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.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.