Unmanned Aerial Systems Services
ID: 70FB7025I00000003Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYINCIDENT SUPPORT SECTION(ISS70)WASHINGTON, DC, 20472, USA

PSC

UNMANNED AIRCRAFT (1550)
Timeline
    Description

    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking information from potential sources for Unmanned Aerial Systems (UAS) services to enhance its disaster response capabilities. The objective is to procure UAS that can provide high-resolution imagery, transport a minimum payload of 200 pounds, and operate effectively in confined spaces for rescue missions, with services required across the Continental U.S., including Alaska and territories. This initiative is crucial for improving FEMA's operational efficiency during emergencies, as it aims to leverage advanced UAS technology to address challenges in disaster management. Interested parties should submit a Statement of Capability and respond to specific questions outlined in the attached documents by the specified deadline, with inquiries directed to Kimberly Coakley at Kimberly.coakley@fema.dhs.gov or Meaza Zeleke at meaza.zeleke@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) has issued a Sources Sought Notice to gather information for market research purposes, without any commitment to contract for services. This notice is aimed at identifying potential qualified sources, and all responses will be used to inform acquisition decisions, but they do not constitute proposals. Respondents are advised that FEMA is not currently seeking proposals, and there will be no reimbursement for costs incurred in responding. Interested parties are required to provide a Statement of Capability demonstrating relevant expertise and experience, address specific questions outlined in the Statement of Objectives (SOO), and detail their business status in terms of size and socio-economic classifications. Key identifiers such as the Unique Entity Identifier and SAM.gov registration must also be included. Submissions must be sent electronically in PDF format by a specified deadline. The notice emphasizes that proprietary information should be minimized and clearly marked. This notice ultimately serves as an initial step in FEMA's procurement process, setting the stage for potential future solicitations while ensuring compliance with government contracting norms.
    The Federal Emergency Management Agency (FEMA) seeks contracted Unmanned Aerial System (UAS) aircraft services to enhance their disaster response capabilities. The objective is to support emergencies by providing effective aerial search, data collection, and logistics services. The UAS must fulfill three primary requirements: high-resolution imagery capabilities at 1,000 feet elevation, the ability to transport a minimum payload of 200 pounds for logistics, and operate in confined spaces for rescue missions. The services are needed across the Continental U.S., including Alaska and territories, for a performance period of one base year with four optional extensions. The document underscores the challenges FEMA faces in leveraging advanced UAS technology due to limited staffing and current capabilities. It poses various questions regarding UAS specifications, operational and personnel costs, regulatory compliance, insurance, and logistics support necessary for effective operation and coordination across agencies during disaster scenarios. This initiative demonstrates FEMA's commitment to employing innovative technology to improve emergency management and response effectiveness.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Sources Sought - Production and Technical Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking input through a "Sources Sought" notice for production and technical services aimed at enhancing collaboration among various governmental levels and the private sector. The initiative focuses on developing reliable capabilities for effective data transfer and utilization, which is critical for improving disaster resilience and response frameworks, particularly in light of the significant property damage caused by disasters, estimated at over $155 billion. This opportunity emphasizes the importance of partnerships and technical expertise in risk management and emergency preparedness, encouraging participation from small businesses to diversify contributions in materials and technical services. Interested parties can reach out to Valerie Almodovar at valerie.almodovar2@fema.dhs.gov or Christopher Tulowitzky at christopher.tulowitzky@fema.dhs.gov for further information.
    SOURCES SOUGHT--Security Enterprise Services and National Maintenance
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified vendors for the Security Enterprise Services and National Maintenance Acquisition, aimed at providing comprehensive maintenance, repair, modification, and installation services for Electronic Security Systems (ESS) across its facilities. This initiative focuses on enterprise standardization, infrastructure modernization, and security convergence, ensuring compliance with federal and industry standards while enhancing FEMA's security infrastructure. The contract will cover various security systems, including Intrusion Detection Systems and Video Surveillance Systems, with a contract period of 12 months and an optional extension, emphasizing the need for qualified personnel with Top Secret Security clearances. Interested parties should contact Matthew Raible at matthew.raible@fema.dhs.gov or call 540-542-2248 for further details, with responses due by the specified deadline.
    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.
    Request for Information – Helicopter Leasing
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from vendors regarding the leasing and maintenance of helicopters capable of performing missions currently executed by the USCG's MH-65 platform. The initiative aims to gather capability statements from interested parties, focusing on aircraft that meet specific requirements such as size, FAA certifications, operational capabilities, and maintenance standards necessary for various mission profiles, including aerial intercept, airborne use of force, and search and rescue. This Request for Information (RFI) is crucial for assessing potential contracting strategies and ensuring operational readiness, with vendors also required to provide training support for USCG personnel. Interested vendors should submit detailed capability statements, including Rough Order of Magnitude (ROM) pricing, to the primary contact, Monica E. Mende, at monica.e.mende@uscg.mil, or the secondary contact, Sharita L. Leathers, at Sharita.L.Leathers@uscg.mil. It is important to note that this RFI is informational and does not constitute a solicitation for proposals.
    SURVEY DRONE AND LIDAR EQUIPMENT
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified vendors to provide survey drone and LiDAR equipment under a total small business set-aside contract. The procurement aims to acquire advanced unmanned aircraft systems that will enhance capabilities in search, detection, navigation, and guidance for transportation-related projects. This equipment is crucial for improving data collection and analysis in infrastructure assessments and planning. Interested parties should contact Regina P. McDonald at Regina.McDonald@dot.gov or call 703-404-6268 for further details regarding the solicitation process.
    FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking technical support for the Hermit’s Peak/Calf Canyon Claims Review. This contract aims to provide essential assistance in the processing of claims related to the Hermit’s Peak and Calf Canyon fires, ensuring efficient and claimant-centric service delivery. The contractor will be responsible for tasks such as claim intake, documentation collection, evaluation of claims for compensatory damages, and maintaining compliance with regulatory guidelines, all while delivering a quality control plan and facilitating communication with claimants. Interested parties can contact Rachel Woods at Rachel.Woods@fema.dhs.gov or Sharon Edwards at Sharon.Edwards3@fema.dhs.gov for further information regarding this opportunity.
    NATIONAL CROSS DOCK & INCIDENT BASE SUPPORT CONTRACT
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is preparing to issue a presolicitation for the National Cross Dock & Incident Base Support Contract. This opportunity involves establishing a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing logistical support for cross-docking operations and incident support bases, essential for enhancing FEMA's operational readiness during disaster response. The contract will cover a range of services, including management of cross-docking operations, equipment rental, transportation services, and staffing, with a performance period from June 9, 2025, to June 8, 2030, and the possibility of four additional renewal years. Interested contractors are encouraged to reach out to Edward Rudd at Edward.ruud@fema.dhs.gov or Marcia Irizarry Snyder at marcia.irizarrysnyder@fema.dhs.gov for further details, as no responses are expected until the official solicitation is released.
    Request for Information (RFI) – Small Uncrewed Aerial Systems Modular Lethal and Kinetic Payloads
    Buyer not available
    The Department of Defense, specifically the Department of the Army, has issued a Request for Information (RFI) regarding Small Uncrewed Aerial Systems (UAS) with modular lethal and kinetic payloads. This initiative aims to gather insights and capabilities from industry stakeholders to enhance the Army's operational effectiveness through advanced UAS technologies. The development of these systems is critical for modern military operations, providing enhanced surveillance and strike capabilities in various combat scenarios. Interested parties can reach out to Kadeem Edwards at kadeem.a.edwards.civ@army.mil or Kim Potempa Niedosik at kim.m.potempaniedosik.civ@army.mil for further information.
    REQUEST FOR INFORMATION - Counter-Unmanned Aircraft Systems (C-UAS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Information (RFI) to gather insights on counter-Unmanned Aircraft Systems (C-UAS) technology. This initiative aims to collect capability statements from interested vendors that detail their expertise in counter-UAS solutions, focusing on both ground-to-air and air-to-air systems, with an emphasis on autonomous technologies. The information gathered will assist in planning for enhanced aerial defense systems against drone threats, ensuring compliance with safety and regulatory standards. Responses are due by March 27, 2025, and must remain unclassified, with all submissions becoming government property. For further inquiries, interested parties can contact Laura Luttrell at laura.luttrell.1@us.af.mil or Ashley Goodman at ashley.goodman.2@us.af.mil.
    Small Unmanned Aircraft System Platform
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Small Unmanned Aircraft System (SUAS) platform through a presolicitation notice. The requirement includes three SUAS capable of emulating foreign adversary systems, with specific performance specifications such as a range of 1,550 miles, a speed of 120 mph, and a payload capacity of 100 pounds. This procurement is critical for enhancing the Air Force's capabilities in simulating adversarial UAS operations, and the government intends to negotiate a sole-source award with Sentry Operations, which meets all necessary specifications and security requirements. Interested parties may submit capability statements by March 27, 2025, with the anticipated award date on or before April 14, 2025; inquiries should be directed to Brooke McDonald at brooke.mcdonald@us.af.mil.