USA | FL | OKALOOSA COUNTY | EGLIN AFB Small City
Dept Of Defense- Dept Of The Air Force- Air Force Materiel Command- Air Force Research Laboratory- Fa8651 Afrl Rwk
Swarming
Relentless Wolfpack RFI - See RFI Attachment
Request for Information ( RFI) for Capstone Demonstration
AI helper
This is a Request for Information (RFI) issued by the Air Force Research Laboratory (AFRL) for a Capstone Demonstration. The objective is to demonstrate multiple weapons employing interoperable and intelligent affordable mass networked collaborative autonomous (NCA) weapon salvos. These weapons should be capable of rapid software updates based on recent battle data and synergize effects for target neutralization in a complex, contested battlespace. The goal is for multiple weapons from multiple vendors to work together to demonstrate initial proof-of-concept for multi-vendor, multi-platform interoperability. An affordable mass cruise missile is defined as capable of traveling a minimum of 350 nautical miles, equipped with a weapon datalink, and costing less than $250k per unit. Nominal program goals include flight demonstration of interoperable and rapidly reprogrammable NCA behaviors across multiple vendor platforms, assuming GPS or near-GPS level navigation accuracy, with GPS-challenged environments as a stretch goal. Interested sources are encouraged to respond with a Statement of Capabilities (SOC) addressing their experience and ability to support projected flight demonstration events within 16 months after contract award. The capstone demonstration will involve at least four heterogeneous NCA affordable mass cruise missiles sharing information and swarming to engage a target, receiving inflight reprogramming, and re-engaging. Vendors are expected to collaborate and modify subsystems if needed. Required capabilities include an affordable cruise missile solution, associated launch equipment, and technical expertise. Vendors must provide a technically mature TRL 6 or higher weapons open systems architecture (WOSA) v3. 7 compliant and M-Series aligned affordable mass cruise missile solution, including launch equipment and operations/maintenance support. Enough missiles must be supplied for up to three multiplatform flight events, with at least one missile from each vendor expended per event. Discussion of the flight termination system (FTS) or flight safety system (FSS) is required. Provision of a surrogate vehicle (e. g. , small corporate jet or UAS) is required for operations and maintenance support, to enable controlled, repeatable modular weapon network integration and development testing. Vendors should indicate their preferred surrogate platform and locations for flight operations. Contractor-recommended network communications equipment (e. g. , radios) for integration into missiles and surrogate vehicles is needed to support networked operations of up to a five-member heterogeneous swarm. Radios should be capable of using non-proprietary waveforms and protocols for interoperability. Proposed affordable mass cruise missile navigation algorithms, detailing assumptions about GPS availability, are required. An integrated, processor-based digital emulation of the proposed missile is needed for real-time networked operation and data collection within the surrogate vehicle, with provisions for technology refresh and obsolescence management. Digital simulation code and an AFSim-compliant digital simulation are also required for the AFRL M-Series weapons innovation pipeline. Two versions of autonomy software for the missile are needed to demonstrate modularity and rapid update capability. The government will verify alignment with AFRL M-Series weapon innovation pipeline requirements for rapid software updates under WOSA compliance. Respondents should provide detailed information on technical capabilities, data assertions (government purpose rights or unrestricted), rough order of magnitude (ROM) cost estimates (optional breakdown), roadmap schedule, business size, teaming arrangements, and preferred contract type. Responses should be submitted by 2:00 PM CDT on April 15, 2026, and include company name, address, point of contact, cage code, business size, ownership details, and prime/subcontractor status. The Statement of Capabiliti
The RFI requests that responses be submitted by 2:00 PM CDT on April 15, 2026.
Interested sources are encouraged to respond with a statement of capabilities that provides specific relevant knowledge and experience to complete projected flight demonstration events.
Bid Close Date: