Request for Information (RFI) – Small Unmanned Aircraft System (sUAS) for Ground/Maritime Search and Rescue Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors through a Request for Information (RFI) for Small Unmanned Aircraft Systems (sUAS) intended for ground and maritime search and rescue operations. The primary objective is to enhance the Intelligence, Surveillance, and Reconnaissance (ISR) capabilities of Air Force Guardian Angel units, which currently face challenges in locating isolated personnel in contested environments. The sUAS must meet key performance parameters, including autonomous navigation, payload integration, extended flight duration, and robust environmental resilience, while also being capable of detecting isolated personnel from significant distances using advanced sensor technologies. Interested vendors are encouraged to submit detailed responses by February 28, 2025, showcasing their technology and capabilities, with inquiries directed to Marissa Greenleaf at marissa.greenleaf@us.af.mil or Lt. Ethan Sheptow at ethan.sheptow.2@us.af.mil.
Synopsis /Intent / Request for Information _Establishment of Multiple BPAs for UAS Parts Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking to establish multiple Blanket Purchase Agreements (BPAs) for Unmanned Aircraft Systems (UAS) parts, as outlined in a special notice. The procurement aims to acquire a variety of electronic components and materials, including carbon fiber sheets, specialized cables, and various drone-related technologies, all of which must comply with military standards to support operational readiness. These components are critical for maintaining and enhancing the technological capabilities of military operations, ensuring that the U.S. Army can effectively utilize advanced drone and robotics technology. Interested suppliers should contact Daniel Veenstra at daniel.l.veenstra.civ@army.mil or Miguel Torres at miguel.a.torres92.mil@army.mil for further details regarding the procurement process.
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.
QF-16 Sustainment Engineering and Logistics Services Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to provide QF-16 Sustainment Engineering and Logistics Services. This opportunity involves sustaining engineering and logistics support for approximately 90 QF-16 aircraft over the next decade, focusing on managing Drone Peculiar Equipment (DPE) repairs, obsolescence management, engineering support, and contractor logistics support. The services are critical for maintaining operational readiness and addressing technical challenges in the absence of existing technical data. Interested parties must submit their responses by March 18, 2025, adhering to a specified format and avoiding proprietary or classified information. For further inquiries, contact Benjamin Price at benjamin.price.12@us.af.mil or 385-252-7877, or Yvonda Benson at yvonda.benson@us.af.mil.
Request for Information (RFI)- USAF Test Pilot School Jetpack BPA Buyer not available
The Department of Defense, specifically the U.S. Air Force Test Center at Edwards Air Force Base, is seeking industry input through a Request for Information (RFI) regarding the provision of jetpack/jetsuit systems for flight training. The procurement aims to conduct 125 flights annually, complemented by comprehensive classroom instruction and stringent safety protocols, with all activities to be performed within 100 miles of the base. This initiative underscores the Air Force's commitment to enhancing flight training capabilities while ensuring safety through the use of protective gear and harnesses. Interested vendors must submit unclassified capability statements by February 26, 2025, for a potential contract valued at $34 million, with a duration of up to five years. For further inquiries, vendors can contact Cole Staron at cole.staron@us.af.mil or Brianna Vicsotka at brianna.vicsotka.1@us.af.mil.
Request for Information / Sources Sought Notice for ARTS-V3 VADR MINI Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking information from vendors regarding the development of the VADR Mini, a Surface-to-Air Missile (SAM) Radar System designed for advanced threat training. The objective is to create a compact and agile digital radar system that integrates with government-furnished equipment, featuring a movable radar pedestal and specific technical specifications. This initiative is crucial for enhancing training capabilities and ensuring readiness against potential threats. Interested vendors are invited to submit their capabilities, cost estimates, and acquisition approach suggestions by March 10, 2025, with an anticipated Request for Proposal (RFP) expected in August 2025 and production needs estimated between 10 to 50 units, targeting completion of the Production Representative Article by December 2027. For further inquiries, vendors can contact Kristina Lenderman at kristina.lenderman@us.af.mil or Tyler Newey at tyler.newey@us.af.mil.
Agility Prime Innovative Capabilities Opening (ICO) Transformative Vertical Flight Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE AIR FORCE: Agility Prime Innovative Capabilities Opening (ICO) Transformative Vertical Flight
The Department of Defense, specifically the Department of the Air Force, is seeking prototype projects from both traditional and nontraditional defense contractors. The purpose of these projects is to assess the transformative vertical flight market and Vertical Takeoff and Landing (VTOL) technologies. The goal is to establish a collaborative strategy with industry and investors to accelerate the fielding of the most promising technologies for both government and potential commercial use.
The focus of this effort is on emerging electric VTOL (eVTOL) and urban/advanced air mobility (UAM/AAM) aircraft, although alternative technologies will also be considered. These aircraft may incorporate non-traditional electric or hybrid propulsion and can be used for manned or optionally manned missions, with various control options such as onboard pilot, remote pilot, or autonomous control.
The core technologies of interest include distributed propulsion for vertical flight, potential use of a wing for horizontal flight, augmented flight control systems, and high levels of automation or autonomy. The government aims to test the hypothesis that these aircraft could revolutionize mobility by offering lower maintenance costs, improved safety, affordability, improved acoustics, and greater flexibility compared to other ground and air vehicles.
The government is particularly interested in scenarios outside of urban environments that could potentially open a broad public-use market for early government adoption. These aircraft, referred to as ORBs, have the potential to support a variety of missions such as organic resupply for disaster relief, operational readiness, and diverse military and civilian operations.
The government may award one or more Other Transactions for Prototype (OTP) agreements based on evaluations and funds availability. The OTP agreements will be negotiated for prototype project delivery, and if successful, may lead to follow-on production agreements. The government is also open to innovative business arrangements or structures that would not be feasible under a traditional contract.
This opening is a competitive solicitation that will be continuously open until February 28, 2025. The government reserves the right to award OTPs based on information learned during this offering. Interested parties should regularly check https://beta.sam.gov for new Areas of Interest (AOIs) postings.
For full announcement details, please refer to the attachments section.
MOSKITO TI Laser Range Finder Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of nine MOSKITO TI Laser Range Finders to enhance the weather observation capabilities of the 821st Contingency Response Group (CRG) at Travis Air Force Base, California. These advanced devices are crucial for providing accurate visibility references in austere environments, capable of measuring distances over 10,000 meters while withstanding challenging conditions such as dust and humidity. The acquisition of these range finders is vital for mission planning and execution, directly impacting operational tempo and logistics strategies in field environments. Interested vendors, particularly small businesses, are encouraged to respond to the Sources Sought announcement by contacting Vanessa Siegel at vanessa.siegel.1@us.af.mil or by phone at 707-816-3899, with all responses becoming government property.
Portable Cabin Pressure Testers Buyer not available
The Department of Defense, specifically the Colorado Air National Guard's 140th Wing, is seeking quotations for the procurement of two portable cabin pressure testers under the solicitation number W50S6V24Q0007. The contract is a firm-fixed-price agreement set aside for small businesses, requiring the selected contractor to provide identical testers from the same brand to ensure a cohesive maintenance service plan. These testers are critical for Agile Combat Employment environments, emphasizing the importance of operational readiness and safety in aviation contexts. Interested vendors must submit their quotes via email, adhering to federal procurement regulations, with a deadline for questions and submissions outlined in the RFQ. For further inquiries, potential bidders can contact the 140th Contracting Office at 720-847-9498 or via email at 140.WG.MSC@us.af.mil.
RFI: Hybrid-Electric Vertical Take-off and Landing (VTOL) Technology Buyer not available
The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) regarding Hybrid-Electric Vertical Take-off and Landing (VTOL) Technology. This initiative aims to gather insights and capabilities related to the research and development of advanced VTOL systems, which are critical for enhancing military operational efficiency and versatility. The information collected will inform future procurement strategies and technological advancements in national defense applications. Interested parties can reach out to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil or Andrew Davis at andrew.l.davis2.civ@army.mil for further details, with the opportunity taking place at Fort Eustis, Virginia.