Request for Information (RFI) for the Lethal Miniature Aerial Missile System (LMAMS)
This RFI is for planning purposes only and shall not be considered as an invitation for bid, request for quotation,
request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your
response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or
charges by the Government will arise as a result of a contractor's submission of responses to this announcement,
or the Government's use of such information. This request does not constitute a solicitation for proposals or the
authority to enter into negotiations to award a contract. The information provided may be used by the Government
in further developing its acquisition strategy and statement of work/statement of objectives and performance
specifications. US Government is looking for low cost material solutions to fulfill urgent LMAMS operational
requirements. Respondents shall demonstrate existing system capabilities and submit written responses as
described below.
The participation of Non-United States companies or any United States subsidiaries of a non-US owned company
shall be restricted as prime, sub-contractors or component vendors if their participation includes any level of
access to classified information with regards to warheads, electronic safe and arm devices, SAASM global
positioning system, or any form of National Security Agency encrypted algorithm data link. Access restrictions
included but are not limited to: system, subsystem or component designs and specifications; interface control
documents; system or component drawings; manufacturing technology, materials, components; quality control and
software development, integration, testing and documentation.
The Army is seeking a capability that meets or exceeds set LMAMS threshold requirements described in
attachment titled "LMAMS System Technical Requirements." These requirements are based on existing user
requirements submitted as part of Joint Urgent Operational Needs (JUON) and Operational Needs Statements
(ONS), and component technologies developed by the Combat Capabilities Development Command (CCDC)
Aviation and & Missile Center. A general LMAMS description and functionality is described below.
The LMAMS is envisioned to be a loitering, precision-guided system, organic at the small unit level that enables
engagement of enemy combatants without exposing the Warfighter to direct enemy fires.
Notional LMAMS system components may consist of: 1) an all-up-round missile (includes airframe, sensors,
integrated guidance, warhead, data link, and launcher) and 2) Fire Control Unit (providing functions such as data
link, operator interface, and mission preparation and execution functions) that is notionally day/night readable,
provides the user real time video and control of the missile. The operator can select predetermined targets using
geo location reference, visually select and identify targets of opportunity, loiter, abort, abort and redirect,
arm/disarm, and manually command warhead detonation. The architecture for the LMAMS controller should be
modular so it can be hosted by any future approved end user device or United States Army common controller.
The training simulator device is embedded into the Fire Control Unit so that training does not require additional
equipment other than the tactical hardware.
Three distinct mission phases are 1) mission preparation, 2) fly out, and 3) terminal engagement. All phases of the
LMAMS operations must be accomplished by a single operator and configurable for dismounted or mounted
patrolling operations. For mission preparation purposes, targeting information is provided to or by the operator and
may consist of headings, geo location reference, or landmark information provided by direct observation from the
operator, other observers, or by sensors and networks separate from LMAMS. Positive identification of the target
shall be made prior to launch by these sources. The operator will use this information to perform mission
preparation with the controller allowing man-in-the-loop flight to the area of interest. For the fly out, LMAMS must
be launched quickly and fly an assigned route or path to a target area by a single operator. LMAMS will be
capable of loitering. In the terminal engagement phase, LMAMS will have the ability to automatically track a target
designated by the operator or allow the operator to manually control the system as needed to focus on a specific
area or point of interest. The system must have lethal effects against personnel and light-duty vehicles, while
minimizing collateral damage. LMAMS must have the ability to automatically lock on and track a stationary or
moving target. Once a target is selected by the operator in the terminal phase of engagement, no further operator
input shall be required.
The CCDC Aviation & Missile Center (CCDC AvMC) has developed component technologies in support of
LMAMS under the Small Organic Precision Munition (SOPM) Program. Component technologies that have
completed development to TRL 6 and are potentially available for Limited Purpose Cooperative Research and
Development Agreements (LP-CRADAs) between CCDC AvMC and interested industry partners include a Secure
micro Digital Data Link (SmDDL), App-Based Fire Control Unit technology, LiPo battery technology, Image
Stabilization and Autotracker, Small Warhead, Electronic Safe and Arm Device (ESAD), and Laser Height of Burst
Sensor. Under an LP-CRADA, it is anticipated that CCDC AvMC would provide technical documentation and/or
software for the partner to build, integrate, and test the component technologies in their proposed solution.
Information can be obtained on these technologies by contacting Army Contracting Command-Redstone, Building
5303 Martin Road, Redstone Arsenal, AL 35898-5000, Point of Contacts are Laquetta Atkins, email address
laquetta.k.atkins.civ@mail.mil, Veronica Hannahs, email Address veronica.hannahs.civ@mail.mil, and David
Street, email address david.w.street.civ@mail.mil.
The following information is requested:
1. A White Paper describing your company and proposed capability solution, including:
a. Small business certification
b. Corporate capabilities, past and current relevant performance information, available facilities, and assets
c. Technical and programmatic approach including all relevant data for achieving each capability described above
d. Critical Technology elements.
e. Technology Readiness Levels (TRL) and Manufacturing Readiness Levels for all system components and subcomponents
f. Operating procedures and special equipment
g. Approach to obsolescence mitigation, modernization, and technology insertion in design, software development,
and production
h. Configuration management of the system and ability to sustain confidence in the capability
i. Identify data rights and license of proprietary hardware, software, and provide path/potential cost of transfer of
full data rights to the Government
j. List any testing conducted commercially and/or state the Government agency and title of the test report. Please
do not include the report with the response
k. Note whether or not your company is a current member of the Aviation and Missile Technology Consortium
(AMTC). For more information on the AMTC see the following website:
https://ati.acqcenter.com/ATI/Portal.nsf/Start?ReadForm
Microsoft Office Document, 30 page limit, 1" margins, font size 12 is the preferred method of providing information
for this item.
2. Detailed description of any development, engineering, or testing required to bring your proposed solution to TRL
7 (if not already at TRL 7), including a detailed ROM to include all activities described and estimated schedule to
accomplish all tasks.
Costs should be in FY19 constant dollars with unit costs broken out by material, labor, and overhead costs with
major cost drivers and potential mitigations. Production unit cost will be a significant factor in any future program
decision.
3. A ROM unit estimate for Controller at quantity ranges of 50/100/200 per year, missiles at quantity ranges of
100/300/500/1000/1500, and training hardware at quantity 50/100/200 per year for 5 years with major cost drivers
and potential mitigations. The government is seeking a Low Cost solution, so all potential cost savings (unit cost,
range pricing, learning curve, etc.) should be included and explained within this estimate.
Costs should be in FY19 constant dollars with unit costs broken out by material, labor, and overhead costs with
major cost drivers and potential mitigations. Production unit cost will be a significant factor in any future program
decision.
4. A proposed training strategy including:
a. Trainer-to-Student Ratio
b. Class Size
c. Class Duration (Number of Days)
d. Training Methodology Concept
e. Cost Estimate for One Training Class
f. Requirements for Operators to receive Certification
g. Need/Frequency/Requirements for Operators to receive Recertification
Microsoft Office Document, unlimited pages, is the preferred method of providing information for this item. Costs
should be in FY19 constant dollars.
5. A proposed support and sustainment strategy to include:
a. In theater personnel to provide direct support to operators with fielded systems
i. Hardware maintenance performed CONUS or OCONUS
ii. Duration of Field Service Representative presence following fielding
iii. Cost of labor hours, program management, support costs (visa fees, travel costs, per diem rates, etc.)
b. Maintenance
i. What Hardware items will require regular repair and maintenance?
ii. Average Cost of regularly planned maintenance activities
iii. Intended location for performance of activities (vendor facility, government depot, OCONUS location)
6. The Government recognizes that in response to this RFI, contractors may be describing non- developmental
hardware/systems requiring modifications to meet Government performance and qualification requirements. What,
if any, are the commercial applications and potential commercial markets for the system that you would propose to
modify for the LMAMS capability and what would those modifications be?
Interested parties are responsible for marking proprietary or competition sensitive information contained within
their response. Any submission will be handled in accordance with associated markings/legends provided by the
submitting vendor. The Government does not intend to award a contract on the basis of this request for
information, or to otherwise pay for the information submitted in response to this RFI.
All interested vendors with the capabilities identified herein are encouraged to respond to this RFI by providing the
information specified above, on or before 15 May 2019. Questions and industry responses to this RFI are to be
sent via email or mailed to: Army Contracting Command-Redstone, Building 5303 Martin Road, Redstone Arsenal,
AL 35898-5000, Point of Contacts are Laquetta Atkins, email address laquetta.k.atkins.civ@mail.mil, Veronica
Hannahs, email Address veronica.hannahs.civ@mail.mil, and David Street, email address
david.w.street.civ@mail.mil.
Please see the attachment for required Capabilities, Threshold and Objective Chart .