Request for Information - High Accuracy Detection and Exploitation System (HADES)
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 Army, ACC-RSA, is conducting a Request for Information (RFI) for the High Accuracy Detection and Exploitation System (HADES) program. This RFI seeks information on vendors capable of providing up to eleven (11) Bombardier Global 6500 aircraft to serve as an integrated Intelligence, Surveillance, and Reconnaissance (ISR) system. This is for market research and planning purposes only and does not constitute a Request for Proposal. Responses are due February 17, 2026, 6:00 PM UTC.
Purpose
This RFI is issued solely for information and planning by the Army Fixed Wing Project Office to gather market research. It aims to identify industry capabilities for a new IDIQ contract focused on aircraft procurement for the HADES program. This RFI will not lead to a down-select, but a future RFP might. This announcement supports FAR Part 10 Market Research.
Scope of Work / Key Requirements
The U.S. Army requires up to eleven (11) new OEM Bombardier Global 6500 aircraft, to be Government-Owned Government Operated (GOGO). These aircraft will support the HADES program as an integrated ISR system, involving a supply contract with embedded services. Key aircraft performance requirements include:
- Operational Altitude: 41,000 - 51,000 feet Above Mean Sea Level (MSL).
- Payload: Minimum 14,000 pounds.
- Endurance: Minimum 12 hours unrefueled flight (including IFR fuel reserve).
- Speed: Sustained transit speeds >= 450 knots true air speed (KTAS) at maximum operational altitude.
- Production: In-production through calendar year 2032.
- Materials: Fuselage and empennage skin/structural components shall not be composite materials (limited composite use permissible).
- Compliance: Global Air Traffic Management (GATM) and Future Air Navigation System 1/A compliant.
- Features: Fully enclosed lavatory, 6,000 NM self-deployment range.
- Certification: FAA certification for design changes during missionization, to the maximum extent possible.
Information Requested
Vendors are requested to provide:
- Rough Order of Magnitude (ROM) costs for a green platform and proposed Supplemental Type Certificates (STCs) for Outer Mold Line (OML) changes.
- Details on STCs or challenges for integrating wing hard points and Aerial-ISR capabilities, including Technology Readiness Level (TRL).
- Estimate of operational flying hour cost.
- Capacity to support USG purchase of up to 4 aircraft per year, with delivery timelines.
- Platform's excess size, weight, power, and cooling for mission equipment, and mission power distribution system description.
- Previous commercial determinations for existing products.
- Approach to Engineering Services, Data Acquisition, Airworthiness Certification/Qualification if an OEM.
- List of other DoD or USG customers and existing contract vehicles, and Foreign Military Sales/International Sales.
- Existence and level of an existing flight simulator.
Contract Details
The anticipated award is a sole source, Single Award Indefinite Delivery/Infinite Quantity (IDIQ) Contract with an anticipated 10-year ordering period. Orders may be Fixed Price, Cost Reimbursable, or a hybrid. Anticipated locations are CONUS and OCONUS. No set-aside is specified for this RFI.
Submission & Deadlines
Capability Statements should be no more than 15 written pages, in Microsoft Word or Adobe Acrobat Reader format, using a minimum 12-point font (Times New Roman, Arial, or Aptos). Proprietary information should be clearly labeled. Responses, including company and descriptive literature, must be submitted via email to the listed Points of Contact.
- Response Due: February 17, 2026, 6:00 PM UTC.
- Published Date: February 11, 2026.
Points of Contact
- Laurel Miller: laurel.d.miller2.civ@army.mil, (571)588-9187
- James Pattullo: james.h.pattullo.civ@army.mil, (850)758-1192
Additional Notes
Not responding to this RFI does not preclude participation in any future RFP. Potential offerors are responsible for monitoring https://sam.gov/ for additional information.