Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2025 SAM #8777
SOURCES SOUGHT

R -- MV-75 Future Long Range Assault Aircraft (FLRAA) Modernization

Notice Date
12/5/2025 12:06:37 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
PANRSA26P0000031074
 
Response Due
1/30/2026 12:30:00 PM
 
Archive Date
02/14/2026
 
Point of Contact
LaToya Pryor, Victoria Floyd
 
E-Mail Address
latoya.s.pryor.civ@army.mil, victoria.d.floyd.civ@army.mil
(latoya.s.pryor.civ@army.mil, victoria.d.floyd.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
MV-75 Future Long Range Assault Aircraft (FLRAA) Modernization Sources Sought Notice Announcement Number: PANRSA-25-P-0000 026585 Notice Type: Sources Sought Notice Disclaimer The United States Government (USG) issues this Sources Sought Notice (SSN) for informational purposes only and it acts as a Market Research tool to identify potential and eligible businesses capable of providing the supplies and services described. This is not a request for proposal and the USG will not award a contract based on this SSN. The USG does not intend this notice to constitute a solicitation or a commitment to issue one. Contractor responses in any form are not offers and USG has no obligation to award a contract resulting from this notice. The information in this notice is not binding, and it is subject to change. All information submitted in response to this SSN is strictly voluntary. The USG will not pay for the information requested nor compensate any respondent for any costs incurred in developing information or submitting responses to the USG. The USG will not accept inquiries or responses beyond those submitted to this SSN. To protect the integrity of any future procurement that may arise from this announcement, the USG will not provide information regarding the technical point of contact and will not entertain appointments for vendors to make presentations specifically in response to this notice. Interested sources are welcome to submit questions in writing. The USG will provide responses to relevant questions via amendment to this SSN or as an attachment to the announcement. I. Introduction and Background As of July 2025, the MV-75 Future Long-Range Assault Aircraft (FLRAA) program is making significant strides as part of the U.S. Army's Future Vertical Lift (FVL) modernization strategy, to provide next-generation vertical lift capabilities to support the Army�s Transformation Initiative (ATI). Upon a successful Milestone B decision in July 2024, the MV-75 FLRAA program entered the Engineering and Manufacturing Development (EMD) phase. Concurrently, critical design reviews (CDRs) for key subsystems are progressing, demonstrating alignment with the Weapon System Development Contract (WSDC) CDR milestones. The program has secured the MV-75 designation as the Mission Design Series for the program, marking a significant step forward. The MV-75 FLRAA incorporates a modular open system approach (MOSA) enabling right-to-upgrade and supports the right-to-repair initiative, ensuring flexibility for future upgrades and maintenance. Special User Evaluations (SUEs), a user-centric approach, provide crucial feedback that influences design and enhances operational effectiveness. Strategically, the program is vital for enabling multi-domain operations, such as rapid 2 troop deployment, resupply missions, and medical evacuations in contested environments. The MV-75 FLRAA program remains on track to deliver transformative capabilities to the USG. At the direction of the Secretary of War, MV-75 FLRAA program is actively accelerating completion of development, delivery of prototypes and production. The Army plans to initiate production orders in FY28. In parallel, FLRAA is developing a modernization strategy to ensure FLRAA continues to evolve and includes the latest technology. Select modernization efforts are being accelerated to support technical insertions that could be delivered soon after Initial Operational Capability (IOC) with subsequent insertions supporting additional user requirements. The FLRAA Project Management Office (PMO) conducts market research to identify industry sources, including both mission systems integrators and/or materiel or software solution developers and providers, capable of supporting a broad range of modernization efforts. The FLRAA PMO seeks a contract designed for flexibility, competition, efficiency, and innovation. While the USG is considering a Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract, it welcomes industry feedback and remains open to alternative and non-traditional approaches. In accordance with Executive Order (EO) 14271 entitled, �Ensuring Commercial, Cost-Effective Solutions in Federal Contracts�, the FLRAA PMO pursues commercially available products and services, including those that can be modified to fill agencies� needs, to the maximum extent practicable. Therefore, responses to this notice may include both commercial and non-commercial solutions. FLRAA PMO aims to explore industry capabilities across multiple technical domains to support modernization efforts. The FLRAA PMO focuses on identifying new capabilities to meet evolving warfighter requirements while seeking solutions that accelerate capability integration, promote competition, and expand business opportunities for non-traditional defense contractors. Responses addressing capabilities beyond those listed below are encouraged. � Aircraft Mission Systems � Avionics, communications, data fusion (e.g. sensor fusion, network data ingestion and optimization, etc.), sensors (e.g., multi-purpose degraded visual environment (DVE), aircraft survivability equipment (ASE), terrain following/terrain avoiding (TF/TA, etc.), autonomy (e.g., supervised autonomous flight controls, enable pilot workload reduction, autonomous obstacle detection, etc.), pilot-vehicle interface (PVI), electronic warfare, launched effects, and advanced mission planning software. � Propulsion Systems � Performance enhancements (e.g. enable increased range, fuel enhancements, etc.), alternative power systems (e.g. hybrid electric power systems, engine enhancements, etc.), thermal management solutions (e.g. environmental control system (ECS) enhancements, enhanced cooling and heat dissipation of electronics, etc.), and sustainment optimization. 3 � Protection Systems � Integration of Aircraft Survivability Equipment (ASE), integrated threat detection and countermeasure solutions, cybersecurity for avionics, and armor advancements. � Platform Enhancement & Integration � Novel technologies (e.g. increased digital backbone bandwidth and transfer speeds, etc.), system refinements, and cross-platform integration initiatives to improve overall aircraft capability, operational effectiveness, and future adaptability (e.g. increase of MOSA compliant interfaces, etc.). The primary objective of this SSN is to assess industry�s ability to provide supplies and services across the above-listed technical domains. Potential contract requirements in support of these modernization efforts include: � MOSA Integration � Identification of New Technologies � Design and Development � Prototyping � Component / Sub-system Production � Test and Evaluation � Logistics and Sustainment Support for technology insertions � Post-Production Modifications (e.g., TDP, ECP, MWO development and/or implementation) II. Industry Response Narrative The USG encourages submissions from traditional and non-traditional defense contractors. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 202.101, Definitions, a non-traditional defense contractor means an entity that is not currently performing and has not performed any contract or subcontract for DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to 41 U.S.C. 1502 and the regulations implementing such section, for at least the 1-year period preceding the solicitation of sources by DoD for the procurement (10 U.S.C. 3014). Interested sources do not need to possess capabilities and/or experience in all technical areas or potential contract requirements listed to submit a response. The USG invites all interested vendors to submit capabilities statements that provide an overview of their technical expertise, experience, and organizational qualifications as they relate to the modernization needs of the FLRAA program. The narrative shall include: 1. Company Overview a. Company name, Commercial and Government Entity (CAGE) code and Unique Identification Number, primary address, and point of contact (name, phone number and e-mail) b. Relevant industry certifications (e.g., AS9100, ISO 9001) 4 c. Indicate interest in supporting future FLRAA modernization efforts as mission system integrator, materiel solution developer or provider, and/or software solution developer or provider. Indicate ability to offer commercial solutions, non-commercial or both. d. Ability to scale operations, manage risk, and execute projects with competing priorities. 2. Company Capabilities and Experience a. Provide a brief overview of your company�s capabilities relevant for the modernization of the MV-75. Consider the technical domains and potential contract requirements listed above as a general guide. b. Summary of relevant experience, to include experience with MOSA. Consider highlighting relevant contracts or experience supporting ACAT I or other major DoD aviation programs when applicable. 3. Industry feedback. a. The USG welcomes industry feedback on its intent to use a MAIDIQ to fulfill future FLRAA modernization requirements. b. Discuss any suggestions on other contract approaches for USG consideration. III. Industry Capability Matrix Vendors must complete the enclosed Industry Capability Matrix, responding to each requirement with a Yes/No. In the �comments column�, please provide brief and specific details/examples on your company�s experience and capabilities, as well as the related technical domain(s) when applicable. Limit comments to 50 words or less. IV. Submission Instructions Vendors must submit responses to this Sources Sought Notice electronically to usarmy.redstone.peo-avn.list.flraa-modernization-inbox@army.mil. The subject line of the email shall include the announcement number, company name, and FLRAA MPO SSN. Responses are due no later than 2:00 p.m. Central Time on 30 January 2026. Extensions requests may be considered on a case-by-case basis; for extension requests please email the Contracting Officer, Latoya Pryor, at latoya.s.pryor.civ@army.mil. The responses shall consist of a Table of Contents, Summary Section, Narrative, and Industry Capability Matrix. Submissions are limited to 5 pages, 8.5� x 11 size paper: excluding the table of contents and capability matrix. Font type shall be Arial and no smaller than 11 pt. All information must be readable on Adobe Acrobat and submitted in PDF format with searchable text. The USG will not provide feedback or evaluations of responses to this notice. However, the USG may elect to publish amendments to this notice and / or other announcements 5 (e.g., special notice, request for information, etc.) for market research purposes. Do not include CLASSIFIED documents in responses. All submitted information becomes the property of the USG and will not be returned. Note: The USG will utilize non-Government personnel (�Covered Government support contractors� as defined in DFARS 252.227-7013(a)) to review responses to this notice. Markings on submissions provided in response to this Sources Sought Notice shall reflect that the information is releasable to DoD Covered Government support contractors solely for the purposes stated herein. Responses shall not include proprietary information. The USG will not consider or review responses containing proprietary information. Respondents must be registered in System for Award Management (SAM) at https://sam.gov/ to be eligible for future contracting opportunities. Point of Contact: For questions or comments regarding this Sources Sought Notice, please contact: Latoya Pryor, Contracting Officer, Army Contracting Command, Redstone Arsenal (ACC-RSA) at latoya.s.pryor.civ@army.mil and Victoria Floyd, Contracts Specialist, Army Contracting Command, Redstone Arsenal (ACC-RSA) at victoria.d.floyd.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3d964c646c2c448c8743684ab7172a4d/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07658941-F 20251207/251205230034 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.