Advanced Research for Air-delivered Munitions (ARAM)
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 Department of the Air Force (AFRL/RWK) has issued a Request for Information (RFI) for the Advanced Research for Air-delivered Munitions (ARAM) program. This RFI seeks to identify potential sources for Research, Development, Test, and Evaluation (RDT&E) to inform acquisition planning and a modernized, rapid acquisition strategy for air-delivered munitions. Responses are due May 29, 2026, at 2:00 PM CDT.
Purpose & Scope
The ARAM program aims to advance air-delivered munitions and enabling technologies, focusing on Hypersonics, Modular/Scalable UAVs, Affordable Mass, and Advanced Concepts. The effort spans basic research (6.1) through advanced technology development (6.3), from Technology Readiness Level (TRL) 1 to 8, guided by a "Mission Analysis Driving Technology" (MADTech) philosophy. Key research areas include:
- Mission Systems: Air-armament technologies, Hardware-in-the-Loop (HWIL) simulation, RF simulator technology, Automatic Target Recognition (ATR), advanced weapon seeker concepts, and biologically-inspired sensing.
- Mission Management: Weapon autonomy, agility, control, alternative navigation solutions, advanced guidance and control for high-performance weapons, and networked/intelligent weapons (swarms).
- Mission Design: Mission Engineering, Transdisciplinary Design, Digital Materiel Management, and Advanced Computing technologies, including AI, High-Performance Computing (HPC), and cloud computing in weapons design.
Requested Information
Respondents should submit a Statement of Capabilities addressing:
- Technical Capabilities: Describe technology, functionality, readiness, and how it addresses the draft Statement of Objectives (SOO) areas, highlighting experience with MADTech and Digital Materiel Management.
- Teaming Arrangements: Detail partnerships or subcontracting plans.
- Cost Estimates: Provide Rough Order of Magnitude (ROM) costs.
- Data Assertions: Describe approach to intellectual property (Government Purpose Rights or Unrestricted anticipated).
- Preferred Contract Type: Indicate preference (e.g., FFP, CPFF, OT).
- Organizational Conflicts of Interest (OCI): Describe processes for identifying and mitigating.
- CMMC: State current Cybersecurity Maturity Model Certification level (Level 2 or higher required).
- Security: Describe capabilities for handling classified information.
- Feedback on SOO: Provide comments on clarity, feasibility, and suggest emerging technologies.
Submission Details
- Due Date: May 29, 2026, 2:00 PM CDT.
- Format: Statement of Capabilities limited to seven (7) pages, plus an optional three (3) page Risk Identification appendix. Documents must be .pdf, .doc, .docx, .xlsx, or .xls.
- Submission: Email responses to Lois Faye Ritter (lois.ritter.1@us.af.mil) and Gloria Caldwell (gloria.caldwell@us.af.mil).
- Required Information: Company Name, Address, Point of Contact, CAGE Code, UEI, Business Size (NAICS 541715), Ownership, and Prime/Subcontractor status.
Important Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or commitment to award a contract. All costs associated with responding are the respondent's responsibility. Information submitted becomes Government property. Subsequent efforts may require handling classified information up to TS/SCI. Contractor information systems processing Controlled Unclassified Information (CUI) must comply with DFARS 252.204-7012 and NIST SP 800-171, requiring CMMC Level 2 or higher.