Additively Manufactured Solid Propulsion System for a Supersonic Aerial Target
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), specifically the Aerial Targets Program Management Office (PMA-208), is conducting market research through this Request for Information (RFI). The purpose is to identify industry capabilities to design, develop, qualify, and manufacture an additively manufactured solid-propellant propulsion system for a supersonic aerial target. This RFI is for planning purposes only and does not constitute a solicitation. Responses may inform a potential prototype project under Other Transaction Authority (OTA). Responses are due June 15, 2026, by 5:00 PM ET.
Scope of Work
PMA-208 seeks information on industry's capability to develop a solid-propellant propulsion system leveraging advanced manufacturing techniques, including Additive Manufacturing (AM). The objective is to enhance the propulsion industrial base, improve affordability, and increase supply chain resilience. The system should be developed to a Government-owned Technical Data Package (TDP) and provided as Government Furnished Equipment (GFE) to a prime air vehicle integrator. Key requirements include:
- System Type: Solid-propellant ducted rocket motor.
- Performance: Boost target to supersonic speeds, sustain Mach 2.5+ at sea-skimming altitudes for over 60 seconds.
- Form Factor: Cylindrical envelope of approximately 15 inches diameter and 120 inches length.
- Mass: Not to exceed 600 lbs.
- Interfaces: Standard mechanical and electrical interfaces.
- Operating Environment: Qualified for naval carrier and shore-based operations (shock, vibration, temperature, corrosive environments).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Potential Follow-on: Other Transaction Agreement (OTA) for prototyping.
- Set-Aside: None specified (market research stage).
- Response Due: June 15, 2026, 5:00 PM ET.
- Published: May 15, 2026.
Information Requested from Industry
Interested parties should submit a Capability Statement (max 20 pages) addressing:
- Corporate Capability & Experience: Design, analysis, manufacture, testing of solid/hybrid propulsion systems, AM of flight-critical metallic components, flight hardware qualification, and GFE supplier experience.
- Technical Approach: Conceptual approach, proposed manufacturing processes/materials, material characterization, process control, NDI for AM components.
- Development, Qualification, & Producibility: Rough Order of Magnitude (ROM) schedule, ROM Non-Recurring Engineering (NRE) cost estimate, ROM recurring unit cost estimate (20-40 units/year), and current production capacity.
- Risk: Top 3-5 technical, programmatic, industrial base risks and mitigation strategies, and approach to managing warranty/liability for a Government-owned TDP system.
Submission & Evaluation
- Submission Format: Email in Microsoft Word or Adobe PDF format.
- Page Limit: Not to exceed 20 pages.
- Content Restrictions: Unclassified material only; pertinent and specific information, avoiding brochure-like content.
- Points of Contact: Joseph Perriello (joseph.c.perriello.civ@us.navy.mil) and Raymond Cannon (raymond.c.cannon2.civ@us.navy.mil).
- Evaluation: Responses will inform a potential prototype project and determine responsible sources. This RFI is not a commitment by the government.
Additional Notes
Responses are voluntary and will not be compensated. Failure to respond will not prevent future participation. Foreign concerns or U.S. entities with foreign partners must identify this and adhere to ITAR.