Small Unmanned Aircraft System Platform
ID: FA875125Q0044Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8751 AFRL RIKOROME, NY, 13441-4514, USA

PSC

UNMANNED AIRCRAFT (1550)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    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.
    Counter-small Unmanned Aerial System Capabilities for Future Operations Division
    Buyer not available
    The Department of Defense, specifically the United States Air Force (USAF), is seeking information from vendors capable of providing Counter-small Unmanned Aerial System (C-sUAS) capabilities for the Future Operations Division at Langley Air Force Base, Virginia. The USAF requires a fully developed C-sUAS that can be deployed across multiple installations, featuring capabilities such as radar and acoustic detection systems, EO/IR sensors, RF counter capabilities, and integration with existing systems to effectively locate, track, identify, and defeat unmanned aerial systems. This Request for Information (RFI) is intended for market research purposes only and does not constitute a solicitation for proposals; interested parties are encouraged to submit a one-page response detailing their capabilities and company information to Maj Rose Getschow at rose.getschow@us.af.mil. Responses are limited to one page and must be submitted via email, with no deadline specified for submissions.
    Intent to Single Source - Counter UAS
    Buyer not available
    The Department of Defense, specifically the Space Acquisition and Integration Office (SAIO), intends to award a Single Source Purchase Order to ICR, Inc. for the TORUK MAX (TMX) Counter Unmanned Aircraft System. This procurement is critical to support an operational exercise related to ongoing real-world events at the southern U.S. border, necessitating immediate and specialized capabilities that only ICR, Inc. can provide. The contract will be executed under Simplified Acquisition Procedures, as outlined in FAR 13.106-1(b)(1)(i), allowing for a single source solicitation due to the urgency of the requirement. Interested parties can direct inquiries to Flavio Ely at flavio.ely.1@spaceforce.mil or Josiah Tucker at josiah.tucker@spaceforce.mil, noting that this notice is not a request for competitive quotations.
    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.
    Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Transport Layer (T3TL) Upsilon DRAFT Solicitation
    Buyer not available
    The Department of Defense, through the Space Development Agency (SDA), is preparing to issue a draft solicitation for the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Transport Layer Upsilon (T3TLυ) project, which involves the development of a satellite constellation comprising 40 small Space Vehicles (SVs) for enhanced tactical communications. The procurement aims to establish partnerships with U.S. space industry teams to design, develop, and operate these satellites, ensuring interoperability and advanced communication capabilities across various systems. This initiative is critical for advancing national defense through innovative space technologies, with a total contract value of $15 million and key deadlines including proposal submissions due by April 28, 2025, and anticipated awards by July 31, 2025. Interested vendors can direct inquiries to Angelita M. Lawrence at angelita.m.lawrence.ctr@mail.mil for further information.
    SOCCENT Unmanned Aerial System Procurement
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking proposals for the procurement of unmanned aerial systems (UAS) as part of its SOCCENT initiative. This procurement aims to enhance operational capabilities through advanced unmanned aircraft technology, which plays a critical role in modern military operations and intelligence gathering. The place of performance for this contract will be in Iraq, and interested vendors can reach out to Kevin R. Margeson at kevin.r.margeson.mil@socom.mil or Gabrielle D. James at gabrielle.d.james.mil@socom.mil for further details. The opportunity is categorized under NAICS code 541715, focusing on research and development in the physical, engineering, and life sciences, specifically excluding nanotechnology and biotechnology.
    SDSR,AIRCRAFT EQUIP; Qty: 1
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to issue a sole source solicitation for the repair of a specific aircraft equipment part (NSN: 1680 015728130, P/N: 6120-0500-001) intended for the H-60 platform. The procurement is aimed at Undersea Sensor Systems Inc., the Original Equipment Manufacturer (OEM), as they are currently the only known supplier capable of providing the necessary repair support, with no alternative sourcing options available. This equipment is critical for maintaining the operational readiness of the H-60 aircraft, which plays a vital role in various defense operations. The solicitation is expected to be published on March 20, 2025, with a closing date of April 19, 2025, and awards anticipated by June 30, 2025. Interested parties can direct inquiries to Marisa L. Tetkowski at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL.
    FA8553 Sources Sought C-130 FMS Radar Warning Systems (RWR) Integration Program
    Buyer not available
    The Department of the Air Force is conducting a Sources Sought notice for the C-130 Foreign Military Sales Radar Warning Systems (RWR) Integration Program, aimed at integrating the ALR69A system on three C-130H aircraft for a Partner Nation. This initiative involves comprehensive activities including design, testing, certification, and sustainment of the modified aircraft, with a projected performance period of five years starting January 1, 2026. The program is crucial for enhancing operational capabilities for international partners and ensuring efficient integration of critical systems. Interested contractors are invited to submit their letters of interest and relevant information by April 10, 2025, to the designated contracting officials, Ellen Ward and Stanley Parker, via email.
    Unmanned Aerial Systems Services
    Buyer not available
    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.