Q&A Responses for Software - Small Uncrewed Aerial System (sUAS) Capabilities
Type: Special Notice
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 Department of the Air Force, is seeking industry feedback through a Q&A session related to the development of software for Small Uncrewed Aerial Systems (sUAS) capabilities. This initiative aims to integrate a software stack via a Software Development Kit (SDK) into sUAS platforms, with a focus on establishing a standard interface protocol for autopilot and autonomy integrations while adhering to domestic sourcing requirements aligned with the DoD's "Buy American" initiatives. The Air Force will provide Concepts of Operation (CONOPS) and Interface Control Documents (ICDs) in future solicitations, which will allow for innovation within American sourcing constraints, and emphasizes the importance of anti-tamper measures. Interested parties can reach out to Marissa Greenleaf at marissa.greenleaf@us.af.mil or Jesse Cooley at jesse.cooley.1@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force is undertaking a new, independent effort focused on developing future small Unmanned Aerial Systems (sUAS) and rapid prototyping. This initiative aims to integrate a software stack via an SDK into sUAS platforms, although specific autopilot types are not yet targeted, with current interfaces using MAVLink. The Air Force plans to define a standard interface protocol for autopilot and autonomy integrations. There will be origin restrictions on sUAS parts and components to bolster the domestic drone industry and align with DoD “Buy American” initiatives, with a focus on domestically developed software and acceptable international partners listed in the “Green Book.” The government will provide Concepts of Operation (CONOPS) and Interface Control Documents (ICDs) with solicitations, which will likely be statements of objectives, leaving room for innovation within American sourcing constraints. Anti-tamper (AT) measures will be a priority, and specific requirements will be included in future statements of objectives. Initial integration responsibility lies with the platform manufacturer, though this may change. The timeline for solicitations is uncertain due to government team availability. The WII office is developing the sUAS government reference model (GRM). While aware of other DoD efforts, this is a separate initiative, though the Air Force plans to coordinate with agencies like DARPA soon.
    Lifecycle
    Similar Opportunities
    Air Force - Small UAS & Asymmetric Capabilities - Commercial Solutions Opening
    Buyer not available
    The Department of the Air Force is initiating a Commercial Solutions Opening (CSO) to seek innovative commercial technologies that support defense and asymmetric capabilities, specifically through the Air Force Life Cycle Management Center's Special Operations Forces & Personnel Recovery Division. This CSO aims to address future requirements through a structured three-phase competitive process, which includes Solution Briefs, Pitch Sessions, and full written Proposals, although no proposals are being accepted at this time. The CSO is significant for enhancing the capabilities of the Air Force in areas of special operations and intelligence, surveillance, and reconnaissance. Interested parties can find further guidance in the attached documents, with the CSO open for an initial period until September 3, 2026, and no funding currently available for this initiative. For inquiries, contact the USAF Asymmetric Capabilities CSO Group at USAFAsymmetricCapabilitiesCSO@groups.af.mil.
    Counter-small Unmanned Aircraft Systems (C-sUAS) Advanced Precision Kill Weapon System (APKWS) Request for Information (RFI)
    Buyer not available
    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.
    Commercial Solutions Opening for Joint All-Domain Command and Control (JADC2)
    Buyer not available
    The Department of Defense, specifically the Air Force's Architecture and Integration Directorate (AFLCMC/XA), is seeking innovative solutions through its Commercial Solutions Opening (CSO) for Joint All-Domain Command and Control (JADC2). The objective is to enhance capabilities related to aerial communications and networking systems, focusing on Software Programmable Open Mission Systems Compliant (SPOC) Multi-Function Processors (MFPs) that support the Department of the Air Force's Battle Management Network. This initiative is critical for developing scalable, resilient, and open-architecture solutions that can operate effectively in various operational environments. Interested vendors must submit White Papers by April 9, 2024, detailing their proposed solutions, with potential contract awards anticipated by August 2, 2024. For inquiries, contact Capt Alexandra Hutchinson or Mr. Chhunheng Phay.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Buyer not available
    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.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    Competitive Basic Ordering Agreements (BOAs) 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 to establish Competitive Basic Ordering Agreements (BOAs) for contractor-owned, contractor-operated Unmanned Aircraft System (UAS) Intelligence, Surveillance, and Reconnaissance (ISR) services. The procurement aims to provide UAS ISR capabilities to support multiple combatant commands, requiring contractors to supply trained personnel, non-developmental UAS equipment, and operational support for around-the-clock ISR missions. These services are critical for domestic and coalition military operations, addressing urgent operational needs and fleet requirements. Interested parties can 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, noting that this notice is for informational purposes only and does not constitute a request for competitive proposals.
    AFWERX PRIME INNOVATIVE CAPABILITIES OPENING
    Buyer not available
    The AFWERX Prime Innovative Capabilities Opening (ICO) is a special notice issued by the U.S. Air Force, seeking innovative capabilities from U.S.-based firms. This opportunity focuses on enhancing autonomy technologies for small unmanned aircraft navigation, specifically aiming to reduce reliance on Global Positioning Systems (GPS). The ICO consists of "Calls," which define specific areas of interest and provide guidelines for submissions. The first Call, "Prime AuP AG Flyoff," invites applicants to develop robust navigation solutions and participate in a competition-style Fly-Off. The Air Force seeks to integrate the most promising solutions into its autonomous aircraft programs. Offerings should employ innovative techniques such as visual references, inertial methods, or solar/astronomical approaches. The scope of work for this Call requires applicants to demonstrate their system's effectiveness, with an emphasis on accuracy, system compatibility, cost-efficiency, and ease of integration. Selected participants will be asked to integrate their solutions into a testbed aircraft for flight demonstrations. Applicants should possess a strong track record in developing navigation solutions and must showcase their ability to meet the Air Force's objectives, primarily focusing on the proposed solution's technical merits and its alignment with the government's autonomy goals. This contract will be awarded through an Other Transaction for Prototype agreement. Companies interested in applying must register on SAM.gov and ensure compliance with procurement integrity regulations. The Air Force aims to expedite the adoption of cutting-edge autonomy technologies, encouraging applications from nontraditional defense contractors. The submission process opened on January 31, 2024, and will close on August 1, 2024. All application information and guidelines are available in the attached PDFs. Interested parties may direct questions to prime.ico@afwerx.af.mil. Key evaluation criteria include the technical feasibility of the proposed solution, the company's viability, and the alignment of the proposal with the Air Force's autonomy interests. Contact James Helmick at james.helmick@afwerx.af.mil or TIMOTHY PALEN at TIMOTHY.PALEN@US.AF.MIL with any questions.
    Resilient Open & Agile Avionics System & Technology Development (ROAASTD)
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals for the Resilient Open & Agile Avionics System & Technology Development (ROAASTD) program, aimed at enhancing system resilience and agility to counter evolving global threats. The procurement seeks innovative technologies that enable rapid integration of advanced sensor and mission system capabilities, essential for maintaining a decisive military advantage in contested environments. This initiative is critical for ensuring the Air Force can effectively respond to sophisticated adversaries and meet warfighter needs in a timely manner. Interested offerors, including small and unrestricted businesses, must submit white papers by April 19, 2028, with a total program value of $30 million and anticipated awards ranging from $3 million to $6 million. For further inquiries, contact Sarah Ballard at sarah.ballard@us.af.mil or Richard Bailey at richard.bailey.26@us.af.mil.
    SAF/CDM Commercial Solutions Opening
    Buyer not available
    The Department of Defense, through the Secretary of the Air Force Concepts Development and Management (SAF/CDM), is soliciting innovative commercial solutions via the Commercial Solutions Opening (CSO) FA7146-21-S-C001. This initiative aims to acquire cutting-edge commercial items, technologies, and services that address defense-related activities and close existing capability gaps, particularly in areas such as countering strategic competitors, Big Data, AI/ML technologies, and emerging cyber technologies. The CSO operates under a two-step process, with White Papers due by September 1, 2026, followed by invited proposals due by September 30, 2026, and anticipates multiple awards with an estimated budget of $100 million. Interested vendors can contact Kevin T. Adams at kevin.adams.20@us.af.mil or (301) 203-4766 for further details.
    ESCAPE SaaS Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.