The Naval Air Systems Command (NAVAIR), Program Executive Office for Unmanned Aviation and Strike Weapons (PEO U&W), Navy and Marine Corps Small Tactical Unmanned Aircraft Systems Program Office (PMA-263) at Patuxent River, MD is seeking industry input to identify potential solutions for a Medium Range Tactical (MRT) UAS for use by the United States Marine Corps Expeditionary Forces.
The desired Medium Range Tactical (MRT) Unmanned Aircraft System (UAS) should be capable of providing Reconnaissance, Surveillance, and Target Acquisition (RSTA) during day and night operations across a variety of operational environments. The system should be ruggedized, robust, and rapidly deployable, delivered ready for operational use with minimal logistics, training, and sustainment burden. It should support mission planning, real-time intelligence collection, and enhanced situational awareness for tactical units, and operate independently or as part of a secure, collaborative network. The system should support operations including, but not limited to, RSTA, patrolling, security and force protection, convoy operations, and military operations in urban terrain (MOUT), and be capable of operating in austere locations, across diverse global climates and weather conditions, during day and night operations, and within degraded, denied, intermittent, and limited (DDIL) radio-frequency environments.
Solutions capable of carrying modular payloads and a variety of sensors, including the provision of real-time Full Motion Video (FMV) via high-resolution electro-optical (EO) and/or infrared (IR) sensors, are of particular interest. The Air Vehicle (AV) should be capable of operating from stationary and mobile platforms, including amphibious ships and expeditionary advanced bases. Vertical Takeoff and Landing (VTOL) solutions, including fixed-wing VTOL (FW-VTOL) and multirotor VTOL configurations, are of interest.
The AV should support autonomous or manual launch and recovery within designated or confined areas, with recovery methods that minimize system damage and enable rapid mission turnaround.
The Ground Control Station (GCS) should be man-portable and either provide the necessary equipment to monitor sensor position and status, control AV movement, and display video, or be interoperable with existing common control systems available for U.S. Government procurement. The system should be designed for integration into tactical networks and support secure data sharing with other platforms and command elements. All mission data, including video and mission products, should be securely stored on the GCS and/or the AV using removable storage media.
Responses to this Sources Sought Notice may be used to inform future acquisition planning and procurement decisions. Therefore, proposed UAS solutions must be compliant with applicable National Defense Authorization Act (NDAA) requirements, including but not limited to NDAA FY2020 Section 848, NDAA FY2023 Section 817, NDAA FY2019 Section 889, and the American Security Drone Act of 2023 (FY2024 NDAA, Public Law 118-31, Division A, Title XVIII, Subtitle B, Section 1821), or must clearly describe a credible, time-bound path to compliance, including identification of key dependencies, underlying assumptions, and anticipated timelines for achieving compliance.
To support transparency and traceability of NDAA compliance, respondents may, at their discretion, leverage the Navy’s Small UAS Reusable Architecture (SRA) framework to document system components, supply chain attributes, and applicable security controls. The SRA provides government-backed tools and self-assessment mechanisms that enable vendors to independently evaluate alignment with DoD-approved benchmarks and facilitate review of compliance artifacts during market research activities.
Additional information is available from the SRA Portal at: https://sra.navair.navy.mil
The SRA website is Public Key Infrastructure (PKI) enabled, restricting access to those users who possess either a Department of Defense (DoD) Common Access Card (CAC) or DoD External Certificate Authority (ECA) certificate. Additional information – including instructions for obtaining an ECA certificate – is available at https://www.cyber.mil/eca. Accordingly, access to the SRA website may be limited for some respondents. Use of the SRA framework and associated tools is not required for response to this RFI and is provided for general awareness and informational purposes only.
2. Objective
Any performance parameters referenced herein are provided solely for market research purposes and do not constitute finalized requirements or acquisition commitments.
PEO (U&W), PMA-263 is specifically interested in systems with the following characteristics, in no particular order:
< 75 lbs.
3. Requested Information
Respondents are invited to submit a technical white paper addressing the information described below for their proposed solution. If any attribute is estimated, under development, or unknown at the time of submission, it should be clearly identified as such.
Section 3A is intended to capture structured, quantitative system characteristics and performance attributes. Section 3B is intended to capture narrative descriptions of system architecture, implementation approach, operational considerations, limitations, and tradeoffs. Respondents should avoid duplicating data provided in Section 3A within Section 3B unless necessary to explain implementation details.
3A. System Characteristics & Performance Attributes
Respondents are requested to address the following system characteristics and performance attributes. Where applicable, identify demonstrated, estimated, or planned performance.
3A.1 System Size, Weight, and Transportability
– AV dimensions (assembled)
3A.2 Launch, Recovery, and Basing
3A.3 Propulsion and Power
3A.4 Payload Capacity and Modularity
3A.5 Sensor Capabilities
3A.6 Command, Control, and Autonomy
3A.7 Navigation and Guidance
3A.8 Communications, Datalinks, and Networking
3A.9 Ground Control Station (GCS)
3A.10 Mission Data Handling
3A.11 Performance Envelope
3A.12 Environmental Operating Limits
3A.13 Acoustic and Signature Characteristics
3A.14 Maintenance, Sustainment, and Logistics
3A.15 Manpower and Training
3A.16 Software Assurance and Maturity
3A.17 Growth and Future Capability
3B. Technical Approach, Implementation, and Operational Considerations
Provide detailed narrative information in response to the questions listed below describing the system’s technical approach, implementation, and operational considerations. Please answer the questions in the order in which they are asked.
System Software and Navigation
3B.1 What operating system(s) are used on the air vehicle (AV), companion computer, and ground control station (GCS)? Please specify versions, real-time operating systems, hypervisors, and whether a Software Bill of Materials (SBOM) is available.
3B.2 How does your system navigate? Please describe the primary position, navigation, and timing (PNT) methods, including GNSS constellations, inertial navigation, and sensor fusion techniques.
3B.3 Is your system capable of navigation without GPS? If yes, describe the method (e.g., visual-inertial odometry, SLAM) and its performance limits, including drift rates and re-localization capability.
3B.4 Does your system use Selective Availability Anti-Spoofing Module (SAASM) or M-Code GPS? If so, please provide details on receiver model, keying/fill device compatibility, and timing holdover.
3B.5 What flight modes and mission control options does your system support (manual, assisted, waypoint, geofence, terrain-following, loiter, hover-and-stare, autonomous mission execution, etc.)?
3B.6 Does your system employ autonomy or artificial intelligence (AI) for control, operation, decision-making, or machine learning? If yes, describe its functions, compute hardware, and safeguards for human-on-the-loop or human-in-the-loop control.
Launch, Recovery, and Safety
3B.7 Does your system have precision recovery capability? If yes, please provide landing accuracy data (CEP), including moving-platform recovery if applicable.
3B.8 Can the air vehicle safely land in water? If yes, describe buoyancy, flotation time, corrosion protection, and whether re-launch from water is possible.
3B.9 Is any launch or recovery equipment required? If yes, describe the type, size, weight, power requirements, and setup/teardown time.
3B.10 What safety features are integrated into the system (lost link procedures, lost GPS behaviors, return-to-home logic, auto-land, geofencing, flight termination, detect-and-avoid)?
3B.11 Identify the number of personnel required to safely conduct launch, recovery, routine field operations, and maintenance for the proposed system.
Describe any assumptions, enabling automation, safety considerations, environmental constraints, or operational limitations associated with these personnel requirements.
Mapping and Mission Planning
3B.12 What mapping software does your system use (e,g,, Google, FalconView, open-source solutions)? Does it support Digital Terrain Elevation Data (DTED) / Digital Elevation Model (DEM) data, Department of Defense (DoD) standard mapping, and disconnected operations? What are the requirements for loading maps and DTED data?
3B.13 How does the GCS communicate with the AV? Describe the data link, including waveform, operational frequency bands, bandwidth, analog or digital implementation, encryption, anti-jam features, and whether the AV can autonomously execute a mission after mission upload and launch without communications to the GCS. Identify whether the data link waveform is proprietary or standards-based.
3B.14 Can your system interface with DoD common operating picture (COP) or tactical networks (e.g., TAK/ATAK, ROS/ROS2, RAS-G IOP, STANAG 4586/4609/4607)? Please describe interfaces and compliance level.
3B.15 Can a single GCS simultaneously operate multiple AVs? If yes, how many, and how is bandwidth and deconfliction managed?
Compliance and Security
3B.16 Is your system NDAA-compliant (NDAA Sections 848 and 889, TAA, BAA)? If yes, what is your process for maintaining NDAA compliance? Provide supporting documentation and evidence; if no, what steps are being taken to achieve compliance?
3B.17 How and where is mission data (video, stills, flight logs) stored and protected? Describe encryption at rest, access control, and log integrity.
3B.18 Are you willing to provide the Interface Control Document (ICD) for avionics, payload, and battery interfaces under appropriate data rights?
3B.19 Please list all payloads currently available, in development, and planned (EO/IR, SIGINT, LIDAR, comm relay, drop kits, etc.), including their TRL and availability dates.
3B.20 Describe any unique capabilities that enhance mission performance (e.g., deck operations, cold-weather kits, quiet propellers, confined-area VTOL).
3B.21 Does your system support third-party payload integration? If yes, describe physical, electrical, and software interfaces, and past examples of successful integrations.
3B.22 Does your system have organic obstacle or threat detection and avoidance capability? If yes, describe the sensors and operating limits.
3B.23 Does your system have swarm capability, or is such capability actively under development? If yes, describe swarm size, comms architecture, autonomy level, and compatibility (if any) with heterogenous platforms.
Power and Endurance
3B.24 If battery-powered, how are batteries recharged in the field and how long does a full recharge take following a maximum-endurance flight or sortie?
3B.25 What certifications do the batteries have (e.g., UN 38.3, UL, NOSSA, S9310, etc.)? Describe thermal management and transport compliance.
Company Experience and Production
3B.26 What is your company’s experience developing small UAS? List programs of record, airworthiness processes used, and years of production experience.
3B.27 How many units have been produced or fielded? Identify customers (USG, FMS, industry) and operational hours if available.
3B.28 What is the production lead time for orders of 1–50, 51–100, 101–250, and 251–500 systems? Include any supply chain constraints and describe mitigation strategies employed to reduce production risk and lead-time impacts.
3B.29 What is your current maximum production output per month? Provide current and/or projected output under the following capacity scenarios:
Capacity:
Sustainment and Logistics
3B.30 Can you provide logistical support, spare parts, and repairs? Describe sparing philosophy and turnaround times.
3B.31 Can you provide Field Service Representative (FSR) support to sustain systems in CONUS and OCONUS austere environments?
3B.32 Please break out personnel requirements for launch, mission execution, and recovery.
3B.33 What is the anticipated training time for operator qualification? Provide a syllabus or summary if available.
3B.34 Describe the assembly steps required to prepare the air vehicle from its field-packed state and the time required by a two-person team.
3B.35 What maintenance actions can be performed at the field level and what are the estimated times for each action?
3B.36 As part of sustainment concepts for austere or expeditionary environments, describe the feasibility of supporting additive manufacturing (e.g., 3D printing) of selected non-critical spare parts by end users.
If applicable, identify example part categories (e.g., covers, mounts, brackets, non-structural components) and any technical, certification, or data-rights considerations.
Cost and Availability
3B.37 How many air vehicles (AVs) are included in one full system? How many batteries are included, and of what type? What is the estimated unit cost per full system (e.g., X AVs, 1 GCS, antennas, batteries, and required gear)? Please provide a CLIN-level cost breakdown and warranty terms.
3B.38 Is this product commercially available? If yes, describe any differences between commercial and government configurations.
3B.39 Provide your CAGE code, UEI, business size under NAICS Code, and any applicable socio-economic categories (8(a), SDB, HUBZone, SDVOSB, WOSB).
3B.40 Is your company foreign-owned, controlled, or influenced (FOCI)? Provide mitigation plans if applicable.
3B.41 Did your system receive government funding for development (SBIR/STTR/OTA/BAA)? Provide details and data rights assertions.
3B.42 Are you able to provide operator and maintenance manuals, quick reference cards, and training materials? If yes, identify formats and classification level.
System Performance and Flight Envelope
3B.43 What are the system’s max payload capacity, maximum range, maximum endurance, cruise speed, service ceiling, and wind limitations (launch, cruise, recovery)?
3B.44 Identify the precipitation and icing conditions under which your system can safely operate.
3B.45 If using hybrid or internal combustion engines, describe fuel type, consumption rates, and hot-refuel capability.
3B.46 Provide measured acoustic, radar cross-section (RCS), and electromagnetic signatures if available.
Environmental & Regulatory Compliance
3B.47 What environmental qualifications does your system meet (MIL-STD-810H, MIL-STD-461G, IP ratings)?
3B.48 Can your system operate from moving vehicles or ship decks? If yes, specify tested speeds, sea states, and corrosion protection.
3B.49 What airworthiness approvals or CONOPS have been used (FAA Part 107 waivers, COAs, SORA levels)?
3B.50 How does your system comply with FAA Remote ID requirements and how can Remote ID broadcasts be disabled in denied areas when authorized?
Cybersecurity & Spectrum Assurance
3B.51 Describe your cybersecurity posture (secure boot, code signing, STIG/CIS compliance, vulnerability disclosure program).
3B.52 Describe your process for assessing, securing, and maintaining the cybersecurity posture of fielded systems over the system lifecycle.
Responses should address, as applicable:
3B.53 What spectrum authorizations do you have (NTIA, FCC) and how is spectrum deconfliction handled in multi-ship operations?
Reliability, Maintainability, and Logistics
3B.54 What reliability and diagnostic features are included (e.g., Mean Time Between Failures (MTBF), built-in test (BIT/BITE), fault detection and isolation, and maintenance alerting)?
3B.55 Describe packaging and transport requirements (case size/weight, MIL-STD-2073 packaging, 463L pallet compatibility).
3B.56 Are components line-replaceable (LRUs)? List tools required and calibration needs.
3B.57 Provide recommended spares, consumables, and calibration intervals for one year of operations.
3B.58 Provide component lifecycle status and technology roadmap for the next 24 months (planned upgrades, End-of-Life (EOL) notices).
3B.59 Provide estimated total cost of ownership (TCO) for five years, including energy cost, spares burn rate, and maintenance man-hours per flight hour (MMH/FH).
Interoperability, Data, and Mission Assurance
3B.60 What metadata standards are used for video/telemetry (Motion Imagery Standards Board (MISB) / Key-Length-Value (KLV))? Describe time synchronization methods (Network Time Protocol (NTP) / Precision Time Protocol (PTP, IEEE-1588)).
3B.61 Does your system support geo-caging and in-field updates of no-fly zones?
3B.62 Provide results of any interoperability testing or plug-fest participation (TAK, RAS-G IOP, STANAG 4586).
3B.63 Describe the system’s command and control (C2) architecture, including whether C2 interfaces are open, modular, or proprietary, and how C2 functions are distributed between the GCS, air vehicle, and external mission systems.
3B.64 Describe human factors design (Night Vision Goggle (NVG) compatibility, glove-friendly controls, screen readability in daylight/night).
4. Submission/Responses/Document Markings
SUBMISSION
All interested, capable, and responsible business/sources that wish to respond to this RFI are requested to submit information via email to Contract Specialist, Ms. Karleigh Hall at [email protected] and Procuring Contracting Officer, Ms. Kristen Ferro at [email protected]. If you have any specific questions (relating to this Sources Sought Notice only) please submit them via email to [email protected] and [email protected]. Informational meetings will not be entertained at this time.
E-mail MUST contain the following in the subject line: “[CONTRACTOR NAME] RFI Response for MRT UAS (Notice 243-26-024, PMA-263)”
RESPONSES
Note that file sizes larger than 5MB are not recommended, as they may not be receivable due to Navy Marine Corps Intranet security protocol.
Responses are limited to no more than 30 pages, not including preprinted information material.
In order to maximize efficiency and minimize the effort involved in the evaluation process, all submissions must comply with the following format and content:
DOCUMENT MARKINGS
It is incumbent upon sources providing responses to this Notice to accurately mark all data with all appropriate data rights, distribution, and classification markings. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons but may request additional information following review. Note: If interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
All material provided in response to this Request for Information shall be UNCLASSIFIED.
Government Support Contractors have entered into Non-Disclosure Agreements (NDAs) with the Government, which precludes them from disclosing any proprietary data outside of the Government. However, if respondents desire a separate NDA with Government support Contractors, respondents should submit an NDA form, along with instructions, to the points of contact listed in this notice at the time of their submission. If respondents choose not to submit an NDA form for completion, their submission of a response to this announcement constitutes consent that the Government Support Contractors will have access to their proprietary information. The Government will NOT be responsible for the disclosure of any confidential/proprietary information not clearly marked. At any time after receipt of Request for Information responses, the Government may contact respondents independently for further clarification of the submittal.
It is the respondent’s responsibility to monitor this site for the release of any follow-on information.
No attachments or links have been added to this opportunity.
Subscribe to get the latest posts sent to your email.