Opportunity
SAM #W15QKN26X1BNS
Request for Information for Lethal Innovation Foundry Technologies (LIFT) Program
Buyer
Department of the Army
Posted
May 04, 2026
Respond By
May 29, 2026
Identifier
W15QKN26X1BNS
NAICS
332994, 332992, 541715, 541330, 541712, 541690, 541380
The U.S. Army Contracting Command – New Jersey is seeking industry partners for collaborative research and development under the Lethal Innovation Foundry Technologies (LIFT) program. - Government Buyer: - U.S. Army Contracting Command – New Jersey (ACC-NJ) - Project Manager Soldier Lethality (PM SL) - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Products/Services Requested: - Collaborative R&D for 6.8mm weapons systems - Focus areas: advanced materials, signature reduction, durability, recoil mitigation - Fire control and optics - Focus areas: automated target acquisition, ballistic computation, network integration, power management - Advanced ammunition - Focus areas: innovative projectile designs, advanced propellants, lightweight cartridge cases - Enabling technologies - Focus areas: advanced/additive manufacturing, digital twin modeling, simulation software - Unique/Notable Requirements: - Government may provide Government Furnished Property (GFP) such as 6.8mm ammunition and weapon systems to CRADA partners - Submissions restricted to US and Canadian companies within the Joint Certification Program - No funding provided to non-federal partners under CRADA - Focus on transition to the 6.8mm platform for Army applications
Description
1.0 INTRODUCTION & BACKGROUND
The U.S. Army Contracting Command – New Jersey (ACC-NJ), on behalf of Project Manager Soldier Lethality (PM SL), is issuing this Request for Information (RFI) to identify interested and capable industry partners for the Lethal Innovation Foundry Technologies (LIFT) program.
As the Army modernizes its small arms capabilities, the transition to the 6.8mm platform represents a critical leap in soldier lethality. To maintain overmatch, PM SL is seeking to establish Cooperative Research and Development Agreements (CRADAs) with industry to explore new, innovative, and enabling technologies that can generate new or enhanced capabilities for the Army’s portfolio of 6.8mm weapons systems, fire control/optics, and ammunition.
2.0 LIFT PROGRAM OBJECTIVES & CRADA OVERVIEW
The LIFT program is designed to create a collaborative environment between the Government and industry. This RFI serves as the primary entry point for establishing a CRADA.
Collaborative Assessment: This program provides a mechanism for Industry to submit innovative ideas and technologies for the Government to assess. Vendor assessments and testing may be conducted at vendor or Government Facilities. Government Furnished Property (GFP): To facilitate research, the Government can provide GFP, to include 6.8mm ammunition and weapon systems, to CRADA partners. CRADA Mechanics: A CRADA is a written agreement between a private company and a Government laboratory to work together on a collaborative research and development project. Please note: Under a CRADA, the Government cannot provide funds to the non-federal partner.
3.0 SUGGESTED RESEARCH AREAS OF INTEREST (RAI)
Vendors are encouraged, but not limited to submit technologies that align with one or more of the following RAIs within the 6.8mm ecosystem:
RAI #
Domain
Technical Focus Areas & Desired Capabilities
RAI 1
6.8mm Weapons Systems
Weight reduction (advanced materials), signature reduction (thermal/acoustic/flash), increased barrel life/durability, and advanced recoil mitigation systems.
RAI 2
Fire Control & Optics
Automated target acquisition/tracking, real-time environmental ballistic computation, network integration for augmented reality, and low-SWaP (Size, Weight, and Power) power management.
RAI 3
Advanced Ammunition
Innovative projectile designs (terminal ballistics/armor penetration), advanced propellant technologies (temperature stability/reduced wear), and lightweight cartridge cases (polymer/composite).
RAI 4
Enabling Technologies
Advanced/additive manufacturing techniques, digital twin modeling, and simulation software for ballistics or durability testing.
4.0 SUBMISSION INSTRUCTIONS
Responses to this RFI are restricted to US companies and Canadian companies within the Joint Certification Program.
Interested vendors shall articulate their proposed research and technology by completing the attached LIFT Scope Template.
The Scope Template is designed to capture the vendor's technical approach, alignment with the RAIs, and resource requirements. Submissions must be sent electronically to melissa.s.jimenez-tenesaca.civ@army.mil AND stephanie.g.kless.civ@army.mil by 1600 EST 29 May 2026.
5.0 EVALUATION CRITERIA
The Government shall evaluate the submitted Scope Templates based on the following criteria, which are listed in descending order of importance:
Order of Importance
Evaluation Criterion
Description
1
Overall Scientific & Technical Merit
The innovativeness, technical feasibility, military utility, maturity of the technology, and potential impact of the proposed research on soldier lethality.
2
Relevance to the Army Mission
The potential contribution and extent to which the proposed research aligns with the objectives outlined in the specific Research Areas of Interest (RAI) detailed in Section 3.0.
3
GFP Realism and Value
The reasonableness of the requested Government Furnished Property (specifically, the total cost and quantity of the 6.8mm ammunition/weapons requested to execute the test plan) and the level of cost-share/in-kind contribution offered by the respondent.
6.0 DISCLAIMERS & ADMINISTRATIVE NOTICES
This is not a request for proposal, request for quotation, or invitation for bid, nor does its issuance obligate or restrict the Government to an acquisition approach, future business or CRADA engagements. The Government does not intend to award a contract on the basis of any responses or pay for the preparation of any information submitted or use of such information. All information received will be used for planning and market research purposes only.
This RFI does not commit the Government to contract for any supply or service whatsoever. Respondents are advised that the Government will not pay for any information, administrative costs, or prototype development costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party’s expense. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.