Loading...
PANAPG-26-P-0000-044098
Response Deadline
May 22, 2026, 2:00 PM(EDT)22 days
Eligibility
Contract Type
Sources Sought
REQUEST FOR INFORMATION (RFI) FOR DESCRIPTION FOR SERVICES
Purpose-Built Attritable Systems (PBAS)
Bomber Family of Systems Expansion
1. INTRODUCTION
The U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG) is issuing this Request for Information (RFI) to conduct market research and assess industry capability and technology maturity to support the Purpose-Built Attritable Systems (PBAS) program.
PBAS is focused on delivering small Uncrewed Aircraft Systems (sUAS) capable of employing lethal and non-lethal effects at the lowest tactical level. The Government is interested in expanding the scope of PBAS to include a family of systems, incorporating both small and larger air vehicles capable of conducting One-Way-Attack (OWA), droppable munition delivery, Reconnaissance, Surveillance, and Target Acquisition (RSTA) and marsupial operations. The larger variants are commonly referred to as bombers or bombardier.
This RFI seeks information from industry on existing or emerging capabilities that support these mission sets.
The U.S. Government may use the results of this market research to inform future solicitations under authorities including, but not limited to, 10 U.S.C. §4022 (Other Transaction Authority) and 10 U.S.C. §4023 (Procurement for Experimental Purposes). Multiple award strategies may be considered.
This RFI is for informational purposes only and does not constitute a solicitation.
2. PROGRAM BACKGROUND
The employment of Small Uncrewed Aircraft Systems (sUAS) provides maneuver leaders increased situational awareness and extends the range of both lethal and non-lethal effects at the tactical edge.
Current ISR/RSTA-focused sUAS lack the ability to:
- Provide scalable, low-cost, and attritable strike capability that delivers to the operational force necessary organic Hunter-Killer capability at scale.
PBAS addresses this gap by enabling:
- Droppable and integrated lethality
- Improved maneuverability and concealability
- Low-cost, scalable employment at the platoon level and below
The Government is looking to expand PBAS to include larger bomber-class air vehicles capable of extending range, payload capacity, and mission flexibility.
3. REQUIRED CAPABILITY
The U.S. Army has an immediate need for PBAS to integrate droppable lethality into air vehicles to achieve and maintain overmatch capability. Common Lethality Integration Kit (CLIK) or Mallet interface compliance is desired.
Mallet is a fuze conversion kit that enables existing munitions to be safely and effectively employed as sUAS-delivered drop munitions without modifying the original munition. It is the munitions adapter/fuze layer that enables legacy munitions for drone-delivered effects.
Desired engagement capabilities include:
Multiple (2 or more) munitions are desired for payload capacity. Munition examples include, but are not limited to:
Air vehicles shall demonstrate the ability to:
Cost of platform is meant to be attritable. This platform will drop payloads and return-to-home, but the useful life of the platform in an operating environment will be low (measured in no more than 20 successful mission). Due to low cost and high performance, the system will allow soldiers to take on more risk with employment, and the program office will be able to replenish systems affordably.
The ability to process and share the video and/or metadata output in an open format, without vendor permission or proprietary tooling.
Air vehicles within Group 1 and Group 2 categories (up to 55 lbs.) are desired. Group 3 (greater than 55 lbs,) or larger systems should not be submitted. The weight classification specifically refers to the Maximum Gross Takeoff Weight (MGTOW), which includes the weight of the air vehicle, its fuel, and its payload.
4. ADDITIONAL REQUIRED CAPABILITY – BOMBER FAMILY OF SYSTEMS
The Government is specifically interested in industry capabilities that support expansion of PBAS into a family of systems, to include larger “bomber” variants.
Respondents should address one or more of the following mission areas:
a. Droppable Munition Delivery
Air vehicles capable of carrying and deploying one or more droppable munitions against designated targets.
b. Reusable Strike Capability
Ability to conduct munition delivery and return for rapid reloading and re-employment.
c. Marsupial Operations
Air vehicles capable of carrying and deploying smaller UAS (e.g., 5-inch class systems) to extend operational reach and enable distributed effects.
d. RSTA Integration
Persistent RSTA capability to support target identification, tracking, and battle damage assessment (BDA).
e. Aiming and targeting software to reduce cognitive load on soldiers and assist in executing targets.
5. SYSTEM ATTRIBUTES AND CONSTRAINTS
Respondents should address system performance against the following parameters:
6. AREAS OF INTEREST FOR INDUSTRY RESPONSE
Respondents are encouraged to provide description of:
7. ELIGIBILITY
The applicable NAICS code for this requirement is 541715 with a Small Business Size Standard of 1,000 employees. The Product Service Code is AJ11.
Businesses of all sizes are encouraged to respond. Respondents must clearly identify their business size in their submission. Also include, if applicable, the company’s status as a Nontraditional Defense Contractor, as defined at 10 U.S.C. 3014 and in compliance with updated thresholds in Section 1806 of 2026 National Defense Authorization Act (NDAA).
8. SUBMISSION INSTRUCTIONS
Interested parties shall submit a capabilities statement that:
- Is no more than 20 pages (8.5 x 11)
- Uses font no smaller than 10-point
- May include images, diagrams, or system descriptions
Submissions shall include:
- Organization name and address
- Technical point of contact
- Phone number and email address
- CAGE Code and UEI
- Business size and ownership type
9. SUBMISSION DEADLINE
Responses are due no later than 1000 EDT on 22 May 2026.
All responses shall be submitted via email to the designated Government points of contact.
No phone calls will be accepted.
10. QUESTIONS
All questions must be submitted via email to the points of contact listed above.
The Government is not obligated to respond to inquiries or provide feedback on submissions.
11. DISCLAIMER
This RFI is issued for informational purposes only and does not constitute a Request for Proposal (RFP).
- This is not a solicitation
- The Government is not obligated to award a contract
- No funds are available for response preparation
- All submissions are voluntary
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC-APG
W6QK ACC-APG
W6QK ACC-APG
DIVISION D
6515 INTEGRITY COURT
ABERDEEN PROVING GROU, MD, 21005-5001
NAICS
Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
PSC
GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; BASIC RESEARCH
Set-Aside
No Set aside used