Request for Information (RFI) for Long Range Heavy Lift Unmanned Logistics Systems-Air (ULS-A)
ID: N0042125RFPREQWPM2630309Type: 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 capable of developing a Long Range Heavy Lift Unmanned Logistics System-Air (ULS-A) for the United States Marine Corps. The system must be capable of autonomous cargo aerial delivery with a minimum payload of 1,300 pounds and a combat radius of at least 100 nautical miles, designed for operation in diverse environments with minimal logistics and training support. This initiative is crucial for enhancing military logistics capabilities, ensuring efficient resupply and distribution operations. Interested firms are encouraged to submit Capability Statements by June 24, 2025, to Joseph Perriello at joseph.c.perriello.civ@us.navy.mil or Raymond Cannon at raymond.c.cannon2.civ@us.navy.mil, as the government seeks to utilize an Other Transaction Agreement (OTA) for potential prototype development in FY2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Air Systems Command (NAVAIR) is issuing a Request for Information (RFI) for a Long Range Heavy Lift Unmanned Logistics System-Air (ULS-A) designed for the United States Marine Corps. This system aims to support cargo aerial delivery and resupply in varied environments, with requirements including a minimum payload capacity of 1,300 pounds and a combat radius of 100 nautical miles. Interested vendors are invited to provide Capability Statements to support market research to assess their technical capability and experience in rapid prototyping, integration, testing, and fielding of such systems by FY2026. The RFI outlines specific functional attributes for the ULS-A, such as high operational availability, modularity, autonomy in operations, and compliance with various technological and environmental standards. Responses will inform potential future competitive procurements and will be evaluated on technical merit, as well as the ability to meet operational requirements. NAVAIR encourages innovative solutions, emphasizing that this RFI does not constitute a solicitation or contractual obligation.
    The Naval Air Systems Command (NAVAIR) has issued a Request for Information (RFI) to gather insights from potential firms specializing in long-range heavy lift unmanned logistics systems for the U.S. Marine Corps. The RFI aims to identify capabilities for providing cargo aerial delivery systems that can operate autonomously and efficiently in diverse environments, with a minimum cargo capacity of 1,300 pounds and a combat radius of 100 nautical miles. Key requirements include high operational availability, reliability, modularity, and the ability to maintain the system with minimal specialized tools. Respondents are invited to submit Capability Statements detailing their experience, technical solutions, and potential costs, indicating their ability to deliver prototypes for evaluation. The Government underscores that this RFI is solely for market research and does not bind them to procure any contracts. Responses must adhere to specified guidelines and will aid in determining how to proceed with future competitive procurement actions regarding the Unmanned Logistics Systems-Air (ULS-A) program.
    The document addresses inquiries regarding the Unmanned Common Controller (UCC) designed for military applications, specifically identifying the Marine Air-Ground Tablet (MAGTAB) as the core computing device. The UCC will utilize unspecified software that integrates with the Android Team Awareness Kit (ATAK) plug-in. Additionally, it confirms that all responses to this Request for Information (RFI) must be submitted by the close of business on June 24, 2025. This communication is part of broader government Requests for Proposals (RFPs) and grants aimed at advancing military technologies. The response deadlines and technical specifications highlight the urgency and importance of stakeholder participation in developing critical defense systems.
    Similar Opportunities
    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.
    Drone Dominance Program - Request for Information
    Buyer not available
    The Department of Defense, through the Department of the Navy's NSWC Crane, is issuing a Request for Information (RFI) for its Drone Dominance Program, aimed at enhancing the production of low-cost small unmanned aerial systems (sUAS) for One-Way Attack (OWA) missions. The program seeks to rapidly scale the manufacturing of U.S.-made sUAS to support warfighting capabilities, with a planned investment of $1 billion in fixed-price orders over four phases within the next two years, utilizing 10 U.S.C. 4022. This initiative is critical for ensuring that every warfighter has access to affordable and effective sUAS, thereby strengthening the U.S. industrial base. Interested vendors are encouraged to respond to the RFI by submitting their insights on production challenges and capabilities via a standardized online form, with responses due by December 17, 2025, and the first phase of the Gauntlet challenge set to commence on February 16, 2026.
    Common Autonomous Multi-Domain Launcher (CAML) RFI – Autonomous Mobility Platform
    Buyer not available
    The Department of Defense, specifically the Department of the Army's PAE Fires Common Autonomous Multi-Domain Launcher (CAML) Product Office, is seeking information through a Request for Information (RFI) for the development of an Autonomous Mobility Platform. This initiative aims to identify potential sources capable of designing and producing an autonomous vehicle that can handle palletized payloads, perform autonomous reloading and unloading, and serve as an autonomous convoy leader vehicle. The project is critical for enhancing military logistics and operational efficiency, with key specifications including support for 40,000-60,000 lbs. payloads and the generation of 120 kW at 600 VDC. Interested U.S. companies are encouraged to submit capability statements by December 15, 2025, and participate in a field demonstration in the third to fourth quarter of FY26, as well as an industry day scheduled for January 2026. For further inquiries, contact Joshua E. Flinn at joshua.e.flinn.civ@army.mil or Abbie Chatelain at abigail.e.chatelain.civ@army.mil.
    Common Autonomous Multi-Domain Launcher (CAML) RFI – CAML Munitions Pallet
    Buyer not available
    The Department of Defense, through the Army's Portfolio Acquisition Executive (PAE) Fires Common Autonomous Multi-Domain Launcher (CAML) Product Office, is seeking industry input for the development and production of a munitions pallet for the CAML system. This Request for Information (RFI) aims to identify potential sources with the technical skills and capabilities to design, build, test, and deliver a munitions pallet that meets specific requirements, including a weight limit of 60,000 lbs and the ability to execute command and control launch missions. The munitions pallet is intended to enhance or replace existing Army launchers, playing a crucial role in modernizing the Army's capabilities. Interested parties must submit their capability statements by December 15, 2025, and are encouraged to participate in a live-fire field demonstration scheduled for the third and fourth quarters of FY26, as well as an industry day in January 2026. For further inquiries, contact Joshua E. Flinn at joshua.e.flinn.civ@army.mil or Abbie Chatelain at abigail.e.chatelain.civ@army.mil.
    ACV-R Crane Integration
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command, is seeking vendors capable of providing Service Cranes for the Amphibious Combat Vehicle-Recovery (ACV-R) under a Sources Sought Notice. The procurement involves the delivery of up to 36 PSC 14029 Service Cranes, which must meet specific lifting requirements, including a capacity of at least 2900 kg (6,400 lbs.) to a height of 16.1 ft, along with compatibility with existing ACV-R systems and remote operation capabilities. This initiative is crucial for enhancing the operational efficiency of the ACV-R platform, which is currently being produced by BAE Systems. Interested contractors are required to submit an executive summary detailing their capabilities by December 19, 2025, to the primary contact, Kendel Phillips, at kendel.phillips@usmc.mil, or the secondary contact, Benjamin Hunsberger, at benjamin.j.hunsberger@usmc.mil.
    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.
    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.
    LAV-R Hydraulic Cylinders
    Buyer not available
    The Department of Defense, specifically the Program Manager Office for Light Armored Vehicles (PMO LAV), is seeking sources capable of providing engineering and logistic support for the development, prototyping, and production of Hydraulic Lift Cylinder Assemblies used on the United States Marine Corps' Family of Light Armored Vehicles (FOLAV). The procurement aims to address known obsolescence issues with existing components, requiring analysis of their usage and physical properties, as well as the demonstration that any new components meet the same operational requirements. Interested parties are encouraged to submit their capabilities and relevant information by October 13, 2025, to Julie Wilson at julie.a.wilson238.civ@army.mil, as this is a market research effort and not a solicitation for proposals.
    DRAFT RFP - Landing Gear Collaborative Supply Chain Integration II
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking industry feedback through a DRAFT Request for Proposal (RFP) for the Landing Gear Collaborative Supply Chain Integration II (LG-CSCI2) project, aimed at developing spare parts for landing gear in support of various weapon systems. The objective is to refine the acquisition strategy based on vendor input, with a formal RFP anticipated to be released in early 2026. This initiative is crucial for enhancing the readiness of the Air Force fleet by building on lessons learned from the previous LG-CSCI contract. Interested parties are encouraged to submit their feedback and questions to the primary contact, Nathan Flinders, via email by December 12, 2025, as the eventual contract will consist of a five-year base period with a potential five-year option, totaling up to ten years.
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.