Opportunity

SAM #FA8659-26-W-0001

RFI: Family of Affordable Mass Missiles (FAMM-BAR) – Design, Development, and Production

Buyer

AFLCMC EBI

Posted

April 17, 2026

Respond By

April 29, 2026

Identifier

FA8659-26-W-0001

NAICS

336414, 336415, 332993, 336419

The Air Force Life Cycle Management Center, Armament Directorate, Adaptive Weapons Division at Eglin Air Force Base is seeking industry input for the Family of Affordable Mass Missiles – Beyond Adversary’s Reach (FAMM-BAR) program. - Government Buyer: - U.S. Air Force, Air Force Life Cycle Management Center, Armament Directorate, Adaptive Weapons Division, Weapons Capacity Task Force (EBIW), Weapons Capacity Branch EBIW - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Design, development, and manufacturing of an adaptable, affordable air-to-surface missile (FAMM-BAR) - Key features: - Range: 1000 nautical miles - Speed: 0.7 Mach - Modularity for both palletized (cargo aircraft) and lugged (fighter/other aircraft) deployment - Multi-service compatibility (Air Force, Army, Navy) - Capable of engaging slow moving maritime targets - Mid-course navigation - Annual production rate: 1,000–2,000 units for 5 years - Focus on affordability and adaptability - Unique or Notable Requirements: - Munition must be modular for both palletized and lugged configurations - Must support deployment from multiple service platforms (Air Force, Army, Navy) - Emphasis on affordability and mass production - No specific part numbers or models provided - Security level anticipated as UNCLASSIFIED, but higher classification capabilities should be noted by respondents

Description

1.0 PURPOSE

The Portfolio Acquisition Executive for Weapons (PAE-W) is conducting market research to identify potential sources with the capabilities to design, develop, and manufacture an adaptable and affordable Family of Affordable Mass Missiles (FAMM). This RFI is issued to gather information from industry on their abilities to perform these tasks in an affordable and expedited manner.

2.0 BACKGROUND INFORMATION

The Air Force Life Cycle Management Center, Armament Directorate, Adaptive Weapons Division, Weapons Capacity Task Force (EBIW), Eglin AFB, FL issues this RFI to help determine the technical capability and qualifications of industry to meet a need to produce FAMM-BAR for the Government and Foreign Military Sales. The potential procurement objective is to produce an inventory for the Government and Foreign Military Sales. The expectation is that the annual production orders will range from 1000 – 2000 units per year for 5 years (procurement numbers will vary by year). 

The program office seeks to streamline the battlespace by developing a single, common, air-to-surface munition that is affordable, adaptable, and possesses significant standoff range. The core concept is a singular design that allows for the primary deployment method via Palletized: For long-range strike from cargo aircraft. The Government is also presenting trade space for a secondary deployment method from the same singular design via Lugged: For long-range employment on fighter and additional aircraft.

The program office requests more information on your current design and if it includes the ability for the munition to be delivered from air to surface, and surface to surface by Army and Navy systems. This is not a request to change your current design to satisfy other services and strictly for information gathering nor is it a demand signal from the other services.

3.0 REQUESTED INFORMATION

See attached RFI document.

4.0 SECURITY

The anticipated security level for this Agreement will be UNCLASSIFIED. Highlight any work in which your organization may be classified above this level, and the ability to handle and store at those levels within your response.

5.0 SUBMISSION INSTRUCTIONS

Respondents to this RFI should adhere to the following details. Interested parties are requested to respond with a white paper in the following format: Microsoft Word compatible; 10 pages or less (including cover and administrative pages); 1-inch margins; and 12-point font (or larger). Interested parties should provide a company profile to include the following:

Company Name Company Address Point of Contact E-mail Address Website Address Telephone Number Business Category as it relates to the North American Industry Classification System (NAICS) code 332993 numbers of employees DUNS number / CAGE Code

Interested sources should submit their information via email only.  Please include “RFI Response: FAMM-BAR” in the subject line and reply no later than 1700 hrs on 29 April 2026 to the following email AFLCMC.EBIW.Contracting@us.af.mil. All submittals should be UNCLASSIFIED. Any questions should be emailed to the same personnel mentioned above. This RFI is for information and planning purposes only and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the US Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the result of this survey.  Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.

6.0 DISCLAIMER

This is a Request for Information (RFI) notice only. This RFI is for informational planning purposes, and it is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This notice does not constitute a solicitation or a promise of solicitation in the future. This RFI does not commit the Government to a contract for any supply or service. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI are solely at the responding parties’ expense. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked or clearly identified.  Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular alternative because of this RFI.  Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued, but will be used to invite participants for one-on-one industry day appointments.

View original listing