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 U.S. Army Fixed Wing Project Office is conducting market research through this Request for Information (RFI) for the High Accuracy Detection and Exploitation System (HADES) program. The Army seeks information on vendors capable of supplying up to eleven (11) Bombardier Global 6500 aircraft to serve as an integrated Intelligence, Surveillance, and Reconnaissance (ISR) system. This is for information and planning purposes only and does not constitute a Request for Proposal. Responses are due by February 12, 2026, at 3:00 PM CST.

Scope of Requirement

The HADES program requires new, Government-Owned Government Operated (GOGO) OEM aircraft. Key performance specifications include:

  • Operational Altitude: 41,000 - 51,000 feet Above Mean Sea Level (MSL).
  • Payload: Minimum of 14,000 pounds.
  • Endurance: 12 hours or more of 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: Aircraft 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 nautical miles (NM) self-deployment range.
  • Certification: FAA certification for design changes during missionization, to the maximum extent possible.

Information Requested from Vendors

The Army is requesting Rough Order of Magnitude (ROM) costs for green platforms and proposed Supplemental Type Certificates (STCs) for Outer Mold Line (OML) changes. Vendors should also provide:

  • List of STCs or challenges for integrating specific components (wing hardpoints, Aerial-ISR capabilities) and Technology Readiness Level (TRL).
  • Estimate of operational flying hour cost.
  • Capacity to support U.S. Government (USG) purchase of up to 4 aircraft per year, including delivery timelines.
  • Platform's excess size, weight, power, and cooling capabilities for mission equipment, and mission power distribution system description.
  • Previous commercial determinations for existing products.
  • If an OEM, approach to Engineering Services, Data Acquisition, Airworthiness Certification/Qualification, and any foreseen challenges.
  • List of other DoD or USG customers and existing contract vehicles, as well as Foreign Military Sales or International Sales.
  • Existence and level of an existing flight simulator.

Anticipated 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 issued as Fixed Price, Cost Reimbursable, or a hybrid. Anticipated locations are CONUS and OCONUS. This effort supports a new IDIQ for aircraft procurement, distinct from the existing HADES LSI contract.

Submission Guidelines

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). Vendors must label any proprietary information. Submissions, including company and/or descriptive literature, should be sent via email to the listed points of contact. All questions and comments must be in writing.

Key Deadlines & Contacts

Additional Notes

This RFI supports FAR Part 10 Market Research. Not responding to this RFI does not preclude participation in any future Request for Proposal, if one is issued. Potential offerors are responsible for monitoring sam.gov for additional information.

People

Points of Contact

Files

Files

Download

Versions

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