Request for Information (RFI) – Small Unmanned Aircraft System (sUAS) for Ground/Maritime Search and Rescue
ID: FA862925R6002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8629 AFLCMC WISK SOF/PRWRIGHT PATTERSON AFB, OH, 45433, USA
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify potential vendors for developing small Unmanned Aircraft Systems (sUAS) aimed at enhancing ground and maritime search and rescue operations. The primary objective is to improve organic Intelligence, Surveillance, and Reconnaissance (ISR) capabilities to locate isolated personnel in challenging environments where traditional aircraft may be ineffective. This initiative addresses a critical capability gap in tracking individuals over vast areas and under adverse conditions, emphasizing the need for systems with autonomous navigation, video feed transmission, and a minimum endurance of 8 hours. Interested vendors are encouraged to submit their responses, including company information and capability demonstrations, by February 28, 2025. For further inquiries, contact Marissa Greenleaf at marissa.greenleaf@us.af.mil or Lt. Ethan Sheptow at ethan.sheptow.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided questionnaire is designed to assess a proposed drone system's specifications and operational capabilities for potential contracts with federal and defense agencies. It addresses critical aspects, including system dimensions, weight details of the unmanned aerial system (UAS), ruggedization standards (water resistance, shock/vibration, and temperature limits), and operational power sources. The document inquires about the system's runtime in various conditions, battery storage voltage, and charging times. It also seeks information on the system's status concerning the Defense Innovation Unit's Blue UAS list, supply chain risk management, and readiness levels for manufacturing and technology. Questions focus on past sales to the Department of Defense, spare parts provision, maintenance training, and operational support requirements. Overall, this questionnaire emphasizes detailed product evaluation to ensure compliance with rigorous defense and governmental standards while facilitating informed decision-making in procurement processes.
    The document lists a variety of unmanned aircraft systems (UAS) suitable for government procurement, focusing on their tethering capabilities, fixed or rotary-wing classifications, and technical specifications such as weight, endurance, and payload. Among the manufacturers mentioned are AgEagle, Anduril, Blue Halo, Freefly, Parrot, Skydio, and Wingtra. Most entries show an array of drones, indicating their respective features like tethered or untethered operation and specific endurance times for flights, emphasizing the operational capacities vital for potential government applications. The detailed specifications aim to inform RFPs (Requests for Proposals) regarding advanced aerial technologies for federal grants and state/local RFPs, reflecting a commitment to leveraging innovative solutions in governmental operations. This document serves as a guide for agencies to assess and procure appropriate UAS based on their operational needs and mission requirements.
    The U.S. Air Force Life Cycle Management Center (AFLCMC) is issuing a Request for Information (RFI) to identify potential vendors capable of developing small Unmanned Aircraft Systems (sUAS) for ground and maritime search and rescue missions. The project focuses on enhancing organic Intelligence, Surveillance, and Reconnaissance (ISR) capabilities to locate isolated personnel (IP) in challenging environments, particularly where traditional aircraft cannot operate effectively. The identified capability gap includes the limitations of current systems in tracking IPs over vast areas and under adverse conditions. Key performance requirements feature autonomous navigation, video feed transmission, endurance of at least 8 hours, and environmental resilience. Interested vendors are invited to provide details on their technological solutions, including company information, capability demonstrations, rough cost estimates, and compliance with federal regulations. Responses must be submitted by February 28, 2025, emphasizing broad industry participation, including both U.S. and foreign firms. This RFI aims to aid the government in developing an acquisition strategy tailored to enhance personnel recovery effectiveness.
    The U.S. Air Force Life Cycle Management Center (AFLCMC) is requesting information from qualified vendors regarding the development of a Small Unmanned Aircraft System (sUAS) to enhance ground and maritime search and rescue capabilities. This Request for Information (RFI) focuses on systems that can provide critical intelligence, surveillance, and reconnaissance (ISR) to locate isolated personnel in contested environments where traditional aircraft cannot operate effectively. The RFI outlines significant capability gaps faced by Air Force Guardian Angel units, which struggle to locate individuals under difficult conditions, exacerbated by elements such as ocean swells and foliage. Key performance parameters for the proposed sUAS include requirements for autonomous navigation, integration of multiple payloads, a minimum flight duration of 8 hours, and compliance with communication standards. The document invites interested parties to submit detailed information about their capabilities, including company qualifications, potential solutions, and cost estimates, emphasizing participation from all types of businesses. Responses are due by 28 February 2025, and the RFI serves purely for market research and does not constitute a binding solicitation for procurement. This initiative underscores the Air Force's commitment to improving personnel recovery systems in challenging environments.
    Similar Opportunities
    SS - AFRL/DO Small Unmanned Aerial Systems (sUAS) for Flight Test Use
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory (AFRL) at Wright-Patterson Air Force Base, is seeking to procure Small Unmanned Aerial Systems (sUAS) for flight test use. The procurement aims to acquire four sUAS systems that comply with Department of Defense and Department of the Air Force specifications, including lightweight vertical takeoff and landing quadcopters equipped with advanced imaging capabilities and secure communication links. This initiative is crucial for enhancing UAV technology development and operational testing within military contexts. Interested small business vendors must submit their capability packages to Jason Sav at jason.sav@us.af.mil by February 7, 2025, at 5:00 PM Eastern Standard Time, as this is a Sources Sought notice and not a solicitation for quotes.
    NAWCAD WOLF Counter-small Unmanned Aircraft System (C-sUAS) Handheld
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking information from vendors regarding the procurement of handheld Counter-small Unmanned Aircraft System (C-sUAS) capabilities. The primary objective is to develop devices that can disrupt Radio Frequency (RF) and Global Positioning Systems (GPS) to control the landing of small unmanned aircraft, enhancing operational safety and effectiveness. These handheld countermeasures are critical for military operations, allowing users to manage potential threats posed by small drones. Interested parties must submit their responses, including technical specifications and pricing information, by February 6, 2025, to Lauren Clemmens at lauren.a.clemmens.civ@us.navy.mil.
    Request for Information: Uncrewed Systems (UXS) Survey
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command, is seeking industry and government responses for a Request for Information (RFI) regarding Uncrewed Systems (UXS) as part of a survey initiative. The objective of this survey is to gather insights on UXS capabilities, which will be utilized for potential inclusion in future test events, demonstrations, and ongoing market assessments. This initiative is critical for advancing national defense research and development services, particularly in the realm of military applications. Interested parties are encouraged to submit their responses by March 31, 2025, and can direct inquiries to Mark Dravet at mark.v.dravet.civ@us.navy.mil or Sydney Wittmann at sydney.l.wittmann.civ@us.navy.mil for further information.
    Request For Information for Unmanned Aircraft System (UAS) Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) Services, (PMA-263)
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIRSYSCOM), is seeking information from qualified contractors capable of providing Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) services for Unmanned Aircraft Systems (UAS) under the Small Tactical Unmanned Aircraft Systems (STUAS) Program Office (PMA-263). The objective is to identify additional vendors who can deliver reliable ISR services to support military operations, including both land-based and sea-based missions, with a focus on providing around-the-clock sensor data and operational support. This initiative is crucial for enhancing the capabilities of the Navy and Marine Corps in combat and contingency operations, as existing services are currently provided under Basic Ordering Agreements set to expire in March 2026. Interested parties are encouraged to submit a capability statement by email to the designated contacts, Heather Buckler and Kristen Ferro, with a response deadline not specified in the overview.
    Request For Information for Fiscal Year (FY) 26 Unmanned Aircraft System (UAS) Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) Services, (PMA-263)
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking information from potential contractors for the provision of Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) services utilizing Unmanned Aircraft Systems (UAS) for Fiscal Year 2026. The procurement aims to gather insights on capabilities and solutions that can enhance ISR operations, which are critical for national security and military effectiveness. This opportunity falls under the NAICS code 541370, focusing on Surveying and Mapping Services, and is categorized under PSC code L015 for Technical Representative services related to aircraft and airframe structural components. Interested parties are encouraged to reach out to Heather Buckler at heather.m.buckler.civ@us.navy.mil or Kristen Ferro at kristen.w.ferro.civ@us.navy.mil for further information regarding this sources sought notice.
    Counter-small Unmanned Aircraft Systems Soldier Common Solutions
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Program Executive Office Missiles and Space, is seeking vendors to provide Counter-small Unmanned Aircraft Systems (C-sUAS) Soldier Common solutions to enhance battlefield capabilities. The primary objective is to develop lightweight, easily deployable systems that can detect and defeat small UAS, ensuring compatibility with existing weapon systems while minimizing operational burdens on soldiers. This initiative is critical for improving soldier safety and effectiveness in combat scenarios, with an Industry Day scheduled for January 13, 2025, to facilitate vendor engagement and information exchange. Interested vendors must submit a white paper detailing their capabilities and proposed solutions by the specified deadlines, and inquiries can be directed to Michael Metje at michael.a.metje.civ@army.mil or Christine Baughan at christine.c.baughan.mil@army.mil.
    Request for Information (RFI) on Launched Effects (LE) capabilities that will potentially be integrated on Medium/High Altitude Aerial Platforms that function as Aerial Intelligence, Surveillance, and Reconnaissance (A-ISR) Aircraft (AC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Redstone Arsenal, Alabama, is issuing a Request for Information (RFI) regarding Launched Effects (LE) capabilities for integration on Medium/High Altitude Aerial Platforms designed for Aerial Intelligence, Surveillance, and Reconnaissance (A-ISR) operations. The objective is to gather information on current technology products that can be integrated onto a certified executive jet-category aircraft, specifically the Bombardier G6500, with a focus on systems that can operate at altitudes above 41,000 feet and speeds exceeding 400 knots. This RFI serves as market research to inform future procurement strategies, and interested parties are invited to submit their capability statements and responses by February 14, 2025, with questions due by January 15, 2025. For further inquiries, contact Benjamin May at benjamin.r.may4.civ@army.mil or Laquita Mox at laquita.l.mox.civ@army.mil.
    Technologies Sought for Capability Discovery Experiment FALCON PEAK 2025.2 Hosted by North American Aerospace Defense Command and United States Northern Command (N&NC) Counter – small Unmanned Aircraft System (C-sUAS)
    Buyer not available
    The Department of Defense, specifically the North American Aerospace Defense Command and United States Northern Command, is seeking innovative technologies for the Capability Discovery Experiment FALCON PEAK 2025.2, focusing on counter-small Unmanned Aircraft Systems (C-sUAS). The experiment aims to evaluate systems capable of detecting, tracking, identifying, and neutralizing Group 1 and 2 sUAS threats in an operational environment, with a particular emphasis on low-emission and non-emitting UAS. This initiative is critical for enhancing military base Force Protection measures and will take place from late July to early August 2025 at Peterson Space Force Base and Fort Carson in Colorado. Interested technology developers must submit their applications by February 6, 2025, to NORAD-USNC-FalconPeak@groups.mail.mil, and are encouraged to provide detailed descriptions of their systems, including their Technology Readiness Level (TRL).
    First Responder Technologies under SAVER project.
    Buyer not available
    The U.S. Department of Homeland Security (DHS) is seeking information on commercially available first responder technologies as part of its System Assessment and Validation for Emergency Responders (SAVER) program. This initiative aims to gather market research on specific technology areas, including fixed-position radiation monitoring systems, telemedicine for emergency medical services, ballistic helmets, personal cooling systems, drones, 3D indoor mapping, video analytics for weapons detection, unmanned underwater vehicles, and radiation simulation systems. The information collected will assist emergency response agencies in selecting and procuring essential equipment, ensuring alignment with established DHS equipment listings. Interested vendors are encouraged to submit their responses by April 9, 2025, and can contact Norman Kaufmann at norman.kaufmann@hq.dhs.gov or Mohammed Rizki at mohammed.rizki@hq.dhs.gov for further details.
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
    Buyer not available
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS): The Department of Defense, specifically the Department of the Air Force, is seeking a focused yet flexible, rapid, agile contracting vehicle to support the research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are intended to combat Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS) used by adversaries in asymmetric warfare against U.S. military personnel and materiel. The government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000. The anticipated deliverables include software, hardware, technical documentation, and technical reports. The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception. The government also requires that approximately 20% of proposed personnel be TS/SCI cleared and assigned at the time of award, with graduated increases over time. Foreign Allied Participation will be excluded at the prime contractor level. A technical library relating to the subject area of this acquisition will be made available. Interested parties must request access through AFRL/RI personnel. A Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020. The entire solicitation will be issued on the BETA SAM website at https://beta.sam.gov/. The government will not provide paper copies of the solicitation. All responsible sources may submit a proposal in response to the RFP. Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil. An Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. INDUSTRY DAY: AFRL will be conducting an Industry Day for the C-sUAS acquisition on Monday, December 16, 2019, at Griffiss Institute, 725 Daedalian Dr., Rome NY 13441. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract and promote an early exchange of information. Interested parties must register by Monday, December 09, 2019, to gain access to the facility.