Commercially-Based Supersonic Aerial Target Solutions
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Air Systems Command (NAVAIR), Program Management Office, Aerial Targets (PMA-208), has issued a Request for Information (RFI) seeking Commercially-Based Supersonic Aerial Target Solutions. This RFI aims to gather technical feedback from industry on mature, commercially-developed, or non-developmental solutions to meet Navy threat simulation requirements, improve affordability, and enhance industrial base resilience. The information may inform a potential prototype project under Other Transaction Authority (OTA), pursuant to 10 U.S.C. § 4022. Responses are due by June 1, 2026, 5:00 PM ET.
Purpose & Scope
NAVAIR PMA-208 is exploring alternatives to traditional acquisition for supersonic aerial targets. The RFI seeks solutions capable of demonstrating target profiles in the near term (Oct 2028 – Sep 2029) and scaling for recurring operational target presentations by 2030-2034. The government is open to various acquisition and business models, including contractor-owned/operated or pay-per-outcome.
Key requirements include:
- Profile 1: Supersonic Sea-Skimmer: Achieve and sustain Mach 2.5+ at altitudes below 100 feet, with terminal maneuverability up to 10 Gs.
- Profile 2: High-Altitude Supersonic Diver: Achieve altitudes over 30,000 feet, followed by a supersonic dive (Mach 2.0+) to a target point.
Common requirements for both profiles are an End-to-End Solution (performer provides all hardware, software, logistics, personnel), Range Integration (compatibility with U.S. Navy range infrastructure), and Safety Certification (including Flight Termination System approval).
Contract & Timeline
This is an RFI for market research and planning purposes only; it does not constitute a solicitation or commitment to award. NAVAIR is considering awarding one or more Other Transaction Agreements (OTA) for prototype projects. The government reserves the right to pursue production of successful prototypes. The anticipated timeframe for a hypothetical contract award is October-December 2027, with the first demonstration flight event to follow.
- Opportunity Type: Sources Sought (RFI)
- Response Due: June 1, 2026, 5:00 PM ET
- Published Date: May 1, 2026
Submission Requirements
Interested parties should submit a Capability Statement package, not exceeding 20 pages, addressing:
- Corporate Capability & Proposed Business Model (including ROM cost estimate and contracting structure).
- Technical & Operational Approach (including Technology Readiness Level - TRL).
- Schedule & Scalability (including ROM estimate and plan to scale to 50 flight events/year).
- Top 3-5 technical, operational, and industrial base risks and mitigation strategies.
Responses are voluntary, will not be compensated, and do not obligate the government. Failure to respond will not prevent future participation. Submissions must be unclassified and sent via email in Microsoft Word or Adobe PDF format.
Set-Aside
No set-aside designation is specified for this RFI.
Contact Information
- Primary: Joseph Perriello (joseph.c.perriello.civ@us.navy.mil)
- Secondary: Raymond Cannon (raymond.c.cannon2.civ@us.navy.mil)