Ninja System Support, maintenance and extended warranty
ID: FA252125QB065Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK SFB, FL, 32925-3237, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide support, maintenance, and extended warranty services for the Ninja Counter Small Unmanned Aerial Systems at Patrick Air Force Base in Florida. The procurement aims to secure 24/7 technical support and maintenance, ensuring compliance with military and federal standards, including Information Assurance and accessibility requirements. This initiative is crucial for maintaining operational readiness and effectiveness of the systems in countering unmanned aerial threats. Interested parties must submit their capabilities packages in PDF format by April 14, 2025, at 9 AM EST, and can direct inquiries to Cynthia Whittaker at cynthia.whittaker@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Objectives (SOO) for the procurement of Ninja System Support, Maintenance, and Extended Warranty for the 45 SFS NINJA Counter Small Unmanned Aerial Systems. The primary focus is to secure 24/7 technical support and maintenance for these systems at Patrick Space Force Base, FL. Key technical requirements mandate compliance with various military and federal standards, including Information Assurance, IPV6 capabilities, the Trade Agreements Act, and accessibility under Section 508 of the Rehabilitation Act. Additionally, the contractor must deliver products on stringent timelines, with provisions for emergency and routine orders both within the Continental United States (CONUS) and Outside Continental United States (OCONUS). Terms include maintenance, customer support, handling classified information, and a warranty on products supplied. Furthermore, the document specifies that proposals must ensure that all offered products are genuine and adhere to OEM policies. Overall, the text serves as a comprehensive guide for potential contractors responding to the RFP, detailing standards, delivery requirements, and contractual obligations essential for compliance and successful execution.
    The government is seeking information for the Ninja System Support and maintenance initiative, referenced by RFP number FA252125QB065. This is a sources sought notice, aimed purely at gathering market interest and planning insights, rather than a solicitation for proposals. The inquiry, associated with NAICS Code 334220, seeks input from businesses of all sizes regarding their capabilities, socio-economic status, and experience in similar services. Respondents should provide a concise capabilities package, including details about their firm, past performance examples, and any subcontracting arrangements. Key specifics requested include UEI, Cage Code, and SAM registration details, all due by April 14, 2025, at 9 AM EST. It is indicated that responses must clarify if participants are manufacturers or suppliers and that inquiries on the draft Statement of Objective (SOO) are encouraged for community input. The notice emphasizes that this is not a binding solicitation and that participants are responsible for any costs incurred while responding. The submission format is electronic in PDF. This effort reinforces the government's commitment to identify suitable parties for potentially significant contracts while adhering to regulatory requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    UAS Drone Blue Cleared or Select lists compliant BPA
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft Systems (sUAS) and associated repair parts. Interested vendors must be authorized distributors of drones listed on the Blue UAS Cleared or Select lists, which are compliant with current laws and validated as cyber-secure for Department of Defense operations. This procurement is crucial for meeting the evolving mission needs of DoD users and is set aside exclusively for small businesses, with no current funding available for proposal preparation. Interested parties should submit their responses electronically, including required documentation, to the designated contacts by referencing “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject line.
    Industry Day FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is hosting an Industry Day in February 2026 to engage small business vendors for a Blanket Purchase Agreement (BPA) focused on Small Unmanned Aircraft Systems (sUAS). The procurement aims to acquire sUAS compliant with the Blue UAS Cleared or Select Lists, along with repair parts, sustainment support, and technical expertise for these systems. This initiative is crucial for enhancing the operational capabilities of the military through advanced drone technology. Interested vendors must respond with company information and authorization documentation, and participation requires two forms of government-issued identification. For further inquiries, vendors can contact Justin C. Gould at justin.c.gould5.mil@army.mil or Nataly Johnson at nataly.l.johnson.mil@army.mil.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking quotes for a training program focused on the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide a comprehensive biannual, ten-day Initial Qualification Training (IQT) course for up to six personnel, covering essential topics such as FPV system theory, design, assembly, and advanced flight techniques, with a total of 80 hours of instruction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a Firm-Fixed-Price contract, with the base year commencing on January 15, 2026, and includes two option years. Interested parties should direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, and note that the current solicitation is not funded as per FAR Clause 52.232-18.
    GEOINT/Infrastructure Field Support System Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the GEOINT/Infrastructure Field Support System Maintenance contract. This procurement aims to secure services for system maintenance, administration, and management in support of the Air Force Distributed Common Ground System (AF DCGS), which includes responsibilities for sensor management and ground system maintenance during Intelligence, Surveillance, and Reconnaissance (ISR) missions. The contract is crucial for ensuring operational readiness and effective management of geospatial intelligence systems, with a performance period spanning from March 29, 2027, to March 28, 2032. Interested contractors are encouraged to submit their capabilities documentation to Barry Frank at barry.frank@us.af.mil or James Jackson at james.jackson.44.ctr@us.af.mil, as participation in this market research does not guarantee future contract awards.
    sUAS Group 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a Small Unmanned Aerial System (sUAS) Group 1, as outlined in a combined synopsis/solicitation. The required specifications for the quadcopter drone include a minimum range of 3 kilometers, a flight time of at least 30 minutes, a minimum propeller size of 8 inches, and the inclusion of a remote control, rechargeable batteries, and Wi-Fi connectivity. This procurement is critical for enhancing operational capabilities within various government applications, and interested vendors must submit their quotes by December 17, 2025, with questions due by August 25, 2025. For further inquiries, potential bidders can contact Cory Palletti at cory.b.palletti2.mil@army.mil or Justin C. Gould at justin.c.gould5.mil@army.mil.
    Counter-small Unmanned Aircraft Systems (C-sUAS) Advanced Precision Kill Weapon System (APKWS) Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force (USAF), is seeking information on Advanced Precision Kill Weapon System (APKWS) technologies to enhance its capabilities in countering small Unmanned Aircraft Systems (sUAS) across Groups 1, 2, and 3. The USAF aims to evaluate systems that can utilize track data from sensors to laze targets and launch guided Hydra 70 APKWS rockets, with a minimum Technology Readiness Level (TRL) of 6; however, native target detection/sensing and command and control (C2) capabilities are not required. This Request for Information (RFI) is intended for planning purposes only and will not lead to an award, with responses due by December 31, 2025. Interested vendors should submit detailed information regarding their systems, including company information, product specifications, and pricing, to the primary contacts Robert Gill and Ciabha Kelleher at the provided email addresses.
    Wave Gliders
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.
    AH-64 Maintenance and Overhaul of Nitrogen Inerting Unit (NIU)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Redstone, is soliciting bids for the maintenance and overhaul of the Nitrogen Inerting Unit (NIU) for the Apache AH-64 helicopter under Solicitation W58RGZ-25-B-0034. This firm-fixed-price contract requires qualified contractors to provide comprehensive services, including the overhaul and repair of NIUs, with a focus on maintaining high-quality standards and adherence to specific technical requirements. The procurement is critical for ensuring the operational readiness of Apache helicopters, which play a vital role in military operations. Interested parties must submit their bids electronically by December 31, 2025, with the bid opening scheduled for January 5, 2026, at 10:00 AM CST. For further inquiries, potential offerors can contact Meagan M. Melton or Jessica Mangum via their provided email addresses.
    Amended Request for Information (RFI) – Small Unmanned Aircraft System (sUAS) for Ground/Maritime Search and Rescue
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking information on small Unmanned Aircraft Systems (sUAS) for ground and maritime search and rescue operations. The objective is to identify systems that can provide organic Intelligence, Surveillance, and Reconnaissance (ISR) capabilities to enhance communication, threat detection, and personnel location in contested environments. These systems are crucial for Air Force Rescue Forces, particularly in scenarios where traditional aircraft may be denied access, such as in dense foliage or maritime conditions. Interested parties should submit their responses to the Request for Information (RFI) FA8629-25-R-6004 by July 25, 2025, and can contact Marissa Greenleaf at marissa.greenleaf@us.af.mil or Bradford Kenney at bradford.kenney.1.ctr@us.af.mil for further details.