Purpose-Built Attritable Systems (PBAS), Bomber Family of Systems Expansion
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 U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG) is issuing a Request for Information (RFI) for the Purpose-Built Attritable Systems (PBAS) program. This RFI seeks industry capabilities for expanding PBAS to include a family of systems, encompassing both small and larger air vehicles (bombers) for One-Way-Attack (OWA), droppable munition delivery, Reconnaissance, Surveillance, and Target Acquisition (RSTA), and marsupial operations. Responses are due by 1000 EDT on May 22, 2026.
Purpose & Scope
This RFI is for market research to assess industry's capability and technology maturity to support the PBAS program. The Army aims to deliver small Uncrewed Aircraft Systems (sUAS) capable of employing lethal and non-lethal effects at the tactical level. The expansion seeks larger "bomber" variants to extend range, payload, and mission flexibility. This RFI is for informational purposes only and does not constitute a solicitation.
Required Capabilities
The Army has an immediate need for PBAS to integrate droppable lethality into air vehicles, ideally compliant with Common Lethality Integration Kit (CLIK) or Mallet interfaces. Desired engagement capabilities include personnel, light to medium materiel, neutralization/obscuration/deception effects, and hardened structures. Payload capacity for multiple munitions (e.g., 60mm/81mm mortars, MK118, M67 Grenade) is desired.
Air vehicles should operate in night/low-light conditions, maintain stable flight during release, be attritable (useful life <20 missions), field-repairable, and share video/metadata in open formats. The RFI specifically seeks capabilities for a "bomber" family of systems, including: Droppable Munition Delivery, Reusable Strike Capability, Marsupial Operations (deploying smaller UAS), RSTA Integration, and Aiming and targeting software.
System Attributes & Constraints
Desired systems are Group 1 / Group 2 bomber-class (up to 55 lbs Maximum Gross Takeoff Weight - MGTOW) with an operational range of 20–40 km. Key attributes include modular payload integration (CLIK/Mallet or MOSA), operator-in-the-loop or supervised autonomy, waypoint navigation, return-to-home, operation in contested/degraded environments, MOSA compliant avionics, and ATR capability.
Areas of Interest for Industry Response
Respondents should describe existing/prototype bomber-style sUAS, payload capacity, marsupial capabilities, aiming software, RSTA payloads, range/endurance, launch/recovery methods, interface approach (CLIK/MALLET/MOSA), manufacturing readiness/scalability, and pricing for 100, 1000, and 10000 systems. Also, MOSA architecture, NDAA/DCMA compliance, and a Bill of Materials (BOM) with prices.
Eligibility & Submission
The applicable NAICS code is 541715 (Small Business Size Standard: 1,000 employees). Businesses of all sizes are encouraged to respond, identifying their business size and Nontraditional Defense Contractor status. Submissions are capabilities statements, no more than 20 pages, 10-point font, including company details, CAGE, UEI, and POC information.
Key Dates & Contacts
- Response Due: 1000 EDT on May 22, 2026
- Submission Method: Email to Alyssa R, Sexton (alyssa.r.sexton5.civ@army.mil) and Jennifer L. Barnes (jennifer.l.barnes78.civ@army.mil).
- Disclaimer: This is an RFI for informational purposes only and does not constitute a solicitation.