Request for Information (RFI) for a Tactical Resupply Unmanned Aircraft System (TRUAS) Solution
ID: N0001926RFPREQWPM2630125Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is conducting a Request for Information (RFI) to identify potential sources for a Tactical Resupply Unmanned Aircraft System (TRUAS) solution. The objective is to develop a small to medium-sized Vertical Takeoff and Landing (VTOL) system that meets the United States Marine Corps' requirements for logistics support in Expeditionary Advanced Base Operations (EABO) and Distributed Maritime Operations (DMO). This initiative is crucial for enhancing operational capabilities in delivering supplies across the last tactical mile. Interested vendors must submit their Capability Statements by November 28, 2025, detailing their proposed solutions and technical attributes, with responses directed to Joseph Perriello or Raymond Cannon via encrypted email.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Air Systems Command (NAVAIR) is conducting market research through a Request for Information (RFI) for a Tactical Resupply Unmanned Aircraft System (TRUAS) solution. This RFI seeks industry feedback on mature small to medium-sized Vertical Takeoff and Landing (VTOL) systems capable of supporting United States Marine Corps logistics across the last tactical mile. Key requirements include a payload capacity of 100-150 lbs, a speed of at least 100 knots IAS, autonomous flight with obstacle avoidance, cyber survivability, multi-aircraft control by a single operator, and compatibility with USMC control systems. NAVAIR is considering an Other Transaction Agreement (OTA) for TRUAS in FY2026. Interested parties must submit a Capability Statement addressing their technical solution, past performance, production capabilities, and other specified attributes by October 20th, 2025.
    The Naval Air Systems Command (NAVAIR) is conducting market research through a Request for Information (RFI) for a Tactical Resupply Unmanned Aircraft System (TRUAS) solution. This RFI aims to identify potential sources capable of delivering a small to medium-sized Vertical Takeoff and Landing (VTOL) TRUAS that meets the United States Marine Corps' Top Level Requirements for small unit logistics support in Expeditionary Advanced Base Operations (EABO) and Distributed Maritime Operations (DMO). NAVAIR is considering an Other Transaction Agreement (OTA) in FY2026. The RFI solicits technical feedback on solutions meeting specific attributes like payload capacity, speed, endurance, autonomy, cyber survivability, multi-aircraft control, and deployment capabilities. Interested parties must submit Capability Statements detailing their past work, proposed solutions, technical attributes, logistics, interoperability, manufacturing, cyber survivability, and business status by November 28th, 2025. This is for informational purposes only and does not constitute a request for proposal.
    The Naval Air Systems Command (NAVAIR) is conducting market research through a Request for Information (RFI) to identify potential sources for a Tactical Resupply Unmanned Aircraft System (TRUAS) solution. This RFI is for informational purposes only and is not a request for proposal. The objective is to gather technical feedback from industry on mature Vertical Takeoff and Landing (VTOL) solutions that can meet the United States Marine Corps' Top Level Requirements for small unit logistics support in Expeditionary Advanced Base Operations (EABO) and Distributed Maritime Operations (DMO). Key capabilities include a payload of 100-150 lbs, 100 knots IAS speed, 40 NM combat radius, autonomous flight and obstacle avoidance, cyber survivability, multi-aircraft control, compatibility with USMC systems, shipboard deployability, and NDAA 2024 compliance. Interested parties are invited to submit Capability Statements within 15 calendar days, addressing specific questions regarding their past work, prototype delivery capabilities, technical approach, system attributes, logistics, interoperability, manufacturing, cybersecurity, and business status. The government may consider awarding an Other Transaction Agreement (OTA) in FY2026. Submissions must adhere to strict formatting and marking guidelines, and classified material is not permitted.
    This RFI addresses frequently asked questions regarding a new government requirement, emphasizing that it is for market research only and not a solicitation. Key clarifications include the absence of an incumbent contract, the due date for responses (COB November 28th, 2025), and flexibility for vendors to submit information on current products/capabilities. The government is seeking software solutions that can be easily deployed on tablets using Android operating systems for the Unmanned Common Controller (UCC) across all unmanned Marine Corps platforms. Information regarding MANGL integration documents may be provided as Government Furnished Information (GFI) upon award. Vendors are instructed to submit formal RFI responses via encrypted email with proper CUI markings or request a DoD SAFE Link.
    This RFI is for market research purposes only and is not a solicitation. The government has no incumbent contract or contractor for this new requirement. Vendors are asked to submit information on their current products and capabilities, with responses due by close of business on October 20th, 2025. The government is open to all viable solutions for meeting the outlined requirements, including independent software proposals, partnerships with a single vendor, or partnerships with multiple vendors.
    Similar Opportunities
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program, aimed at gathering industry input for the development of loitering munitions. This initiative seeks to identify viable prototype systems that can be integrated with SOCOM Combatant Craft to fulfill MLE-1 requirements, which include capabilities for precision strike missions over-the-horizon. The MLE-1 program is critical for enhancing naval warfare capabilities, providing an organic precision-strike mission package designed to minimize collateral damage while maximizing operational effectiveness. Interested vendors must submit their responses by 5:00 PM EST on December 19, 2025, and can direct inquiries to Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil. Additionally, vendors must comply with the Terms of Use Agreement for Government Furnished Information, which includes strict handling and disclosure protocols.
    United States Special Operations Command (USSOCOM) small Uncrewed Multidomain Systems (sUMS) Medium Range/Medium Endurance (MR/ME) Event 2026
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking information from qualified sources regarding the development of small Uncrewed Multidomain Systems (sUMS) for the Medium Range/Medium Endurance (MR/ME) Event scheduled for 2026. The procurement aims to explore industry capabilities for MR/ME Uncrewed Aerial Systems (UAS) that meet specific operational requirements, including a maximum weight of 55 pounds, a range of approximately 20 kilometers, and an endurance of at least two hours, while operating effectively in various environmental conditions. This initiative is critical for enhancing the operational capabilities of Special Operations Forces (SOF) and will involve a series of evaluations and demonstrations leading up to the event. Interested manufacturers must submit their responses to the Request for Information (RFI) by December 11, 2025, and can direct inquiries to Nicholas Anderson at nicholas.d.anderson.civ@socom.mil or by phone at 813-826-7137.
    Military Sealift Command VERTREP NAVCENT Detachment A
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is conducting a market survey to identify vendors capable of providing worldwide vertical replenishment (VERTREP) and logistical helicopter services for U.S. Navy and partner nation ships. The procurement requires a two-helicopter detachment, optional unmanned aerial capabilities, support equipment, and a minimum staffing of five pilots and three maintainers, with operations expected to be based in Bahrain. This service is crucial for ensuring efficient logistical support and operational readiness for naval missions. Interested vendors must submit their capability statements by December 19, 2025, at 3:00 PM local time (Norfolk, VA), and can direct inquiries to Mr. Jim Ellis at james.p.ellis54.civ@us.navy.mil.
    PM UAS - Company Level Small Uncrewed Aircraft System (SUAS)
    Buyer not available
    The Department of Defense, specifically the Army, is seeking submissions for the Company Level Small Uncrewed Aircraft System (SUAS) challenge, facilitated by One Nation Innovation (ONI). This initiative aims to assess viable SUAS candidates for flight demonstrations that support the United States Army Maneuver Elements, while also contributing to the establishment of an Uncrewed Aircraft Systems (UAS) Marketplace. The challenge consists of multiple phases, with the first two phases focusing on White Paper responses from November 3 to December 17, 2024, to gather potential solutions for urgent operational requirements. Interested parties can submit their responses through the designated marketplace link and direct any inquiries to Adam Geneva at adam.m.geneva.civ@army.mil.
    Request for Information: BQM-34S Engine Replacement and Maintenance
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from companies capable of supplying turbojet engines for the BQM-34S Subsonic Aerial Target production restart, scheduled for 2030. The Navy requires 100-150 engines that produce a minimum of 2850 lbf continuous Sea Level Static thrust and fit within a specified cylindrical cavity, with development and qualification completed by 2029. The BQM-34S serves as a critical tool for fleet training and testing against modern threats. Interested parties must submit a white paper detailing their proposed engine solutions by 5:00 p.m. EST on December 15, 2025, and direct any inquiries to Kasey Tasciotti or Tamiko C. Blackson via the provided email addresses.
    Technology Operational Experimentation Events (TOEE) 26 Experimentation Campaign focused on Emerging Technologies
    Buyer not available
    The Department of Defense, through the Department of the Navy's Office of Naval Research-Global (ONRG), is seeking innovative technologies for the Technology Operational Experimentation Event (TOEE) 26, focusing on three key operational areas: Counter Unmanned Systems (UxS) Swarm, Containerized Payloads for Unmanned Surface Vehicles, and Decision Superiority from the Maritime Operations Center (MOC). This Request for Information (RFI) aims to gather insights on technologies with a Technology Readiness Level (TRL) of 5 to 7 that can enhance operational capabilities and inform future Science and Technology investments through live experimentation. Interested parties are invited to participate in a virtual Industry Day on December 4, 2025, and must submit their proposals, including a quad chart and a white paper, by December 19, 2025, to the designated contacts, Brandon Hayes and Jonathan Faranda, at the provided email addresses.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    MB-2 & B-7 Retrofit Material Kit & Installs
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to procure a Firm Fixed Price Delivery Order for the retrofit of one MQ-4C Triton ground asset and one air vehicle to an IFC-4 configuration. This procurement includes the necessary material, labor, software suite, configurations, and supporting documents required for the installation, with the contract award anticipated in the fourth quarter of fiscal year 2026 and a performance period of approximately 12 months. The requirement is being pursued on a sole source basis from Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the MQ-4C Triton, due to their unique expertise in the design and maintenance of these systems. Interested parties may submit capability statements to the primary contact, Sharon Green, at sharon.m.green2.civ@us.navy.mil, or the secondary contact, Tyler Summers, at tyler.m.summers2.civ@us.navy.mil, for consideration in determining the potential for competitive procurement.
    Autonomous Resupply Sources Sought/Request For Information
    Buyer not available
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking industry sources capable of providing autonomous resupply solutions in contested environments across Europe. The objective is to gather information on potential capabilities that can facilitate resupply operations, which are critical for maintaining operational effectiveness in challenging conditions. Interested parties are encouraged to submit a brief description, white paper, or brochure detailing their proposed solutions. For further inquiries, contact Timothy Wilhelm at timothy.g.wilhelm.mil@socom.mil or James Ko at james.ko.mil@socom.mil, as there are no set-aside restrictions for this opportunity.