Request for Information - High Accuracy Detection and Exploitation System (HADES)

SOL #: W58RGZ-25-HADESSources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RSA
REDSTONE ARSENAL, AL, 35898-0000, United States

Place of Performance

Huntsville, AL

NAICS

Aircraft Manufacturing (336411)

PSC

Aircraft, Fixed Wing (1510)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 22, 2026
2
Last Updated
Feb 11, 2026
3
Response Deadline
Feb 12, 2026, 9:00 PM

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, specifically the Army Fixed Wing (FW) Project Office, has issued a Request for Information (RFI) for the High Accuracy Detection and Exploitation System (HADES) program. This RFI seeks market capabilities for up to eleven (11) Bombardier Global 6500 aircraft to serve as an integrated Intelligence, Surveillance, and Reconnaissance (ISR) system. This is for planning purposes only and does not constitute a Request for Proposal (RFP). Responses are due February 12, 2026, at 3:00 PM CST.

Scope of Work

The U.S. Army is seeking information on new OEM aircraft platforms, Government-Owned Government Operated (GOGO), that can support the HADES program. Key performance requirements include:

  • Operating Altitude: Between 41,000 - 51,000 feet Above Mean Sea Level (MSL), with a minimum of 41,000 feet after integrating a 6,500-pound Mission Equipment Package (MEP).
  • Payload Capacity: Minimum of 14,000 pounds.
  • Endurance: 12 hours or more of unrefueled flight endurance, including IFR fuel reserve requirements.
  • Speed: Capable of sustained transit speeds greater than 450 knots true air speed (KTAS) at maximum operational altitude.
  • Compliance: Global Air Traffic Management (GATM) and Future Air Navigation System 1/A compliant.
  • Features: Must include a fully enclosed lavatory and the ability to self-deploy with a range of 6,000 nautical miles (NM).
  • Certification: Proposed solutions shall obtain FAA certification, to the maximum extent possible, for any design changes during missionization.

Contract & Timeline

This is a Sources Sought / Request for Information (RFI) for market research under FAR Part 10. The Government anticipates a future award as a sole source, Single Award Indefinite Delivery/Infinite Quantity (IDIQ) Contract with an anticipated 10-year ordering period. Orders may be issued as Fixed Price, Cost Reimbursable, or a hybrid. There is no set-aside specified for this RFI.

Information Requested from Vendors

Interested parties 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 specific components (wing hardpoints, belly canoe, SATCOM cheek radome, A-ISR capabilities) and their Technology Readiness Level.
  • Estimated operational flying hour costs.
  • Capacity to support U.S. Government purchase of up to four (4) aircraft per year, including delivery timelines.
  • Platform's size, weight, power, and cooling capabilities for mission equipment, along with a mission power distribution system description.
  • Previous commercial determinations for existing products.
  • Approach to Engineering Services, Data Acquisition, and Airworthiness Certification/Qualification if an OEM.
  • Information on other DoD or USG customers and existing contract vehicles.
  • Details on Foreign Military Sales or International Sales.
  • Existence and level of an existing flight simulator.

Key Deadlines

  • Response Date: February 12, 2026, at 3:00 PM CST.
  • Published Date: January 22, 2026.

Additional Notes

This RFI is for information and planning purposes only; it does not constitute an RFP or a promise to issue one. Not responding to this RFI does not preclude participation in any future RFP. Potential offerors are responsible for monitoring sam.gov for any future solicitations. Submissions should be no more than 15 pages, in Microsoft Word or Adobe Acrobat Reader format, with a minimum 12-point font. Proprietary information should be clearly labeled.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Sources Sought
Posted: Feb 11, 2026
View
Version 2
Sources Sought
Posted: Jan 30, 2026
View
Version 1Viewing
Sources Sought
Posted: Jan 22, 2026
Request for Information - High Accuracy Detection and Exploitation System (HADES) | GovScope