Counter-Unmanned Aircraft Systems (C-UAS) Draft Solicitation
ID: 70RDA226R00000001Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSDEPARTMENTAL OPERATIONS ACQUISITION DIVISION IIWashington, DC, 20528, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - SERVICE DELIVERY MANAGEMENT (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7D20)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security (DHS) is seeking proposals for a multiple-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract focused on Counter-Unmanned Aircraft Systems (C-UAS) solutions, with a total ceiling of $1.5 billion. The procurement is divided into two tracks: Track 1 for Hardware/Software and Ancillary Services, and Track 2 for Comprehensive Services, aimed at enhancing capabilities for detecting, tracking, identifying, and mitigating threats posed by unauthorized unmanned aircraft systems in various environments. This initiative is critical for ensuring national security and operational readiness against evolving aerial threats, with proposals due by December 8, 2025. Interested parties can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is Amendment 0001 to Solicitation 70RDA226R00000001 issued by the U.S. Department of Homeland Security, Office of Procurement Operations. The amendment's purpose is to provide responses to industry questions and update the solicitation accordingly. It includes revised attachments such as pricing schedules (J-1, J-2), use case scenarios (J-4), self-certification and teaming member forms (J-5, J-6), and a new attachment (J-7) containing the solicitation questions and comments. The deadline for acknowledging receipt of this amendment is November 26, 2025. All other terms and conditions of the original solicitation remain unchanged. This amendment is crucial for potential offerors to ensure their proposals align with the latest requirements and clarifications.
    This document, Amendment 0002 to Solicitation 70RDA226R00000001, is issued by the U.S. Department of Homeland Security, Office of Procurement Operations. Its primary purpose is to amend the original solicitation by providing updated responses to industry questions (Attachment J-7) and to incorporate these amended responses into the solicitation and its attachments (J-1, J-4, J-5, and J-7). The amendment specifies that offers must acknowledge receipt by completing items 8 and 15 and returning copies or by separate communication. The deadline for offers is not extended. All other terms and conditions of the original solicitation remain unchanged. The effective date of this amendment is December 2, 2025, and it was signed by Leslie Kenser.
    This document is a Request for Proposal (RFP) (Solicitation Number 70RDA226R00000001) issued by the U.S. Department of Homeland Security, Office of Procurement Operations, Dept. Operations Acquisition Division II. The solicitation is for commercial items under NAICS code 541519 (Other Computer Related Services) with a small business size standard. The offer due date is December 8, 2025, at 10:00 AM ET. The RFP includes a schedule of supplies and services across a base period and four option periods, covering Track 1 (Hardware, Software/Licensing, Support) and Track 2 (Comprehensive Services). Payment and administration will be handled by DHS/OPO/DEPT.OPS II in Springfield, VA, and Washington, DC, respectively. The document references FAR clauses 52.212-1, 52.212-3, 52.212-4, and 52.212-5.
    This document, "Attachment 1 - Pricing Schedule for Use Case Scenario," outlines a detailed pricing schedule for a counter-drone system, including hardware, software, and ancillary services. It is structured to facilitate federal, state, and local RFP processes. Key components include hardware like the Persistent Counter Drone System, system upgrades, backup data transfer mechanisms, and accessories. Software aspects cover operating software, updates, and licensing. Support services encompass on-call operational assistance, initial and follow-up training, installation, and yearly maintenance for both hardware and software. The schedule also details proposed item names, numbers, commercial unit prices, federal contract unit prices, and discounted pricing, exemplified by the "XYZ Buster" system.
    This document, Attachment 2 of a DRAFT RFP for Comprehensive Services, outlines a pricing schedule for various labor categories. It lists numerous roles, from Task Order Project Managers and Subject Matter Experts to various Engineers, Technicians, and Administrative staff, each with three levels of experience (I, II, III). The schedule includes columns for Commercial Labor Rate, Federal Contract Labor Rate, Proposed Discounted Labor Rate, Offeror Commercial Discount (%), Offeror Price Relative to Federal Contract Pricing (%), and Per Unit Volume Quantity Discounted Price. While most entries for labor rates and discounts are currently listed as $0.00, #DIV/0!, or 0%, there are example entries for Task Order Project Manager I, II, and III with commercial labor rates ranging from $204,000 to $240,000, and example discounts of 15% and -11%. The document also includes a section for comments and notes that pricing information can be found on "Federal Contract Page 15." This attachment serves as a template for offerors to provide detailed pricing for services, indicating a structured approach to cost proposals within a federal government procurement context.
    Attachment 3 C-UAS IDIQ Labor Categories outlines the education and experience requirements for various labor categories within federal government contracts, particularly for Counter-Unmanned Aircraft Systems (C-UAS) projects. The document specifies desired education levels, ranging from High School Diplomas to Master's degrees, and corresponding years of experience in relevant specialties or management. Key labor categories include Task Order Project Managers, Subject Matter Experts, Analysts, Technical Specialists, Administrative/Clerks, and various Engineers (Systems, Civil, Mechanical, Electrical), Mechanical Engineering Technicians, Electricians, Electrical and Electronic Engineering Technicians, and Computer Programmers. The document emphasizes that all education and experience should be directly related to the proposed labor category, and outlines that contracting officers may grant waivers or allow substitutions in the government's best interest, aligning with Executive Order 13932. Supervisory duties may be included for all categories except Administrative/Clerk roles.
    The "Self Certification Technical Expertise Form" is an essential attachment for government RFPs, requiring offerors to detail their technical expertise and project experience. It comprises four parts: Offeror Information, Technical Expertise, Solution Detail, and Customer Certification. Offerors must identify their proficiency in various functional capabilities and use cases (Fixed Location, Mobile, Aviation, Maritime) and provide comprehensive project forms for each solution. These project forms necessitate information like contract numbers, functional capabilities, use cases, project names, solution descriptions, products utilized, performance periods, contract values, NAICS/PSC codes, and funding agencies. The final section, Customer Certification, requires validation from either a non-federal corporate officer or a federal contracting officer/representative, ensuring accountability and verification of the claimed project experience. This form streamlines the evaluation of an offeror's technical capabilities against specific government requirements.
    RFP No. 70RDA226R00000001 Amendment 0001 outlines the "Attachment J-1 - Track 1 Pricing Schedule for Hardware/Software & Ancillary Services." This document details three Track 1 categories: Commercial Hardware (CLIN X001), Software/Licensing (CLIN X002), and Support (CLIN X003). Offerors are required to propose minimum discounts off Commercial MSRP for these categories in the yellow highlighted cells of Column D, with the understanding that additional discounts may be provided at the Task Order level. The pricing schedule is presented across three distinct use case scenarios: Fixed Location for Persistent Drone Coverage System, Mobile Response for Rapidly Deployed Drone Coverage System, and Mobile Response in a Maritime Environment for Naval-Borne Persistent Drone Coverage System. Each use case provides detailed Contract Line Items (CLINs) and Sub-Line Items (SLINs) for various components, including persistent counter-drone systems, system upgrades, backup data transfer, accessories, operating software, software updates, licensing, maintenance, operational support, and training and installation services. The document emphasizes the application of proposed minimum discounts to the corresponding Use Case Scenario Tabs, streamlining the pricing process for the federal government.
    The document, RFP No. 70RDA226R00000001 Amendment 0002 Attachment J-1, outlines the Track 1 Pricing Schedule for Hardware, Software, and Ancillary Services across three use case scenarios: Fixed Location, Mobile Response for Rapidly Deployed Systems, and Mobile Response in a Maritime Environment. Offerors are required to propose minimum discounts on Commercial MSRP for hardware (CLIN X001), software/licensing (CLIN X002), and support (CLIN X003), with opportunities for additional discounts at the Task Order level. The document details specific sub-line items (SLINs) under each CLIN, covering various components such as persistent counter-drone systems, software updates, maintenance, training, and installation services. Offerors must input their proposed discounts in designated cells, which will then be applied to the corresponding use case scenarios.
    RFP No. 70RDA226R00000001,
    RFP No. 70RDA226R00000001 Amendment 0001, Attachment J-2, outlines the pricing schedule for "Track 2 - Comprehensive Services" under a federal contract. This document details various labor categories, including Project Managers, Subject Matter Experts, Analysts, Technical Specialists, Administrative/Clerks, and various Engineers (Systems, Civil, Mechanical, Electrical), along with Technicians and Electricians. For each category, the pricing schedule includes fields for commercial labor rates, federal contract labor rates, proposed labor rates for the IDIQ Base Period and four option periods, commercial and federal contract discounts, and citations for price narratives. All current listed rates are $0.00 with "#DIV/0!" errors, indicating that specific pricing details are yet to be provided or calculated. The document serves as a template for offerors to submit their proposed labor rates and discounts for comprehensive services.
    RFP No. 70RDA226R00000001, Attachment J-2, outlines the pricing schedule for
    RFP No. 70RDA226R00000001, Attachment 3 C-UAS IDIQ Labor Categories, outlines various labor categories with specific education and experience requirements for federal government contracts. The document details minimum requirements and desired qualifications for roles such as Task Order Project Managers (I, II, III), Subject Matter Experts (I, II, III), Analysts (I, II, III), Technical Specialists (I, II, III), Administrative/Clerks (I, II, III), and various engineering roles (Systems, Civil, Mechanical, Electrical I, II, III). It also includes Mechanical Engineering Technicians, Electricians, Electrical and Electronic Engineering Technicians, and Computer Programmers (I, II, III). The RFP emphasizes that all experience and education should be directly related to the labor category and from accredited institutions. Waivers or substitutions for these requirements may be granted by the Contracting Officer(s) if deemed in the Government's best interest, aligning with Executive Order 13932. Supervisory duties may be included for all labor categories except Administrative/Clerk roles.
    RFP No. 70RDA226R00000001 Amendment 0001 outlines three distinct use case scenarios for drone coverage systems, focusing on persistent and rapidly deployable solutions. Use Case #1 details a fixed-location persistent drone coverage system for detecting, tracking, identifying, and mitigating objects or individuals along Route 72 from Huntsville to Florence, AL, including Huntsville International Airport and the Tennessee River. Use Case #2 describes a rapidly deployable, man-portable drone coverage system for National Special Security Events (NSSE) and Special Event Assessment Rating (SEAR) events, specifically around Arrowhead Stadium in Kansas City, Missouri, for UAS detection and mitigation. Use Case #3 focuses on a naval-borne persistent drone coverage system for detecting, tracking, identifying, and mitigating UAS from a USCG Patrol Cutter at sea. All use cases require encrypted data backhaul with backup mechanisms, interoperability with the Team Awareness Kit (TAK), one year of maintenance, two training sessions (one within 5 days of delivery, another 6 months later), a site survey for optimal sensor placement, and installation by the awardee. Key priorities across all scenarios include reliability, scalability, ease of use, and compliance with federal security and interoperability standards, with vendors required to provide a detailed timeline.
    The Department of Homeland Security (DHS) requires comprehensive drone coverage solutions for three distinct use cases: persistent coverage from Huntsville to Florence, Alabama, rapidly deployable coverage for National Special Security Events (NSSE) around Arrowhead Stadium in Kansas City, Missouri, and naval-borne persistent coverage from a USCG Patrol Cutter. The systems must detect, track, identify, and mitigate Group 1 and 2 UAS threats, with adaptability for Group 3. Key requirements across all scenarios include a minimum 500-meter mitigation range, encrypted data backhaul with backup, interoperability with Team Awareness Kit (TAK), 1-year maintenance, and two training sessions. Solutions must be reliable, scalable, cost-effective, and capable of operating on various power sources. Site surveys and awardee-led installations are mandatory, with additional considerations for man-portability in mobile response scenarios and marine environment resilience for naval applications. All hardware and software must comply with federal security and interoperability standards.
    RFP No. 70RDA226R00000001 outlines three use cases for drone coverage systems, focusing on persistent and rapidly deployable solutions. Use Case 1 requires a fixed-location persistent drone system from Huntsville to Florence, AL, covering a 5km south and 20km north area, including Huntsville International Airport and the Tennessee River. Use Case 2 demands a mobile, rapidly deployable drone system for National Special Security Events (NSSE) and Special Event Assessment Rating (SEAR) events, specifically around Arrowhead Stadium in Kansas City, Missouri, with a 5 nautical mile radius. Use Case 3 calls for a naval-borne persistent drone system for maritime environments aboard a Patrol Cutter, covering a 5 nautical mile radius. All three use cases share common requirements: persistent drone coverage for detection, tracking, identification, and mitigation of objects or UAS; encrypted data backhaul with backup mechanisms; interoperability with Team Awareness Kit (TAK); one year of maintenance and support; two training sessions (initial within 5 days of delivery, second at 6 months); and a site survey for optimal sensor placement and installation planning. The solutions must prioritize reliability, scalability, ease of use, and compliance with federal security and interoperability standards. Vendors must provide detailed timelines for all project phases.
    RFP No. 70RDA226R00000001 Amendment 0001, Attachment J-5, is a Self-Certification Technical Experience Form for Offerors to detail their experience with Counter-Unmanned Aircraft Systems (C-UAS) solutions and services. Offerors must complete Parts I, II, and III. Part I requires Offeror Information, including name and UEID. Part II, Technical Experience, involves a matrix where Offerors mark their alignment with functional capabilities (Detect and Track, Identification, Mitigate/Neutralize) and use cases (Fixed Location, Mobile, Aviation, Maritime) for various tracks (Hardware/Software, C-UAS as a Service, System Integration, R&D, and Test & Evaluation Support). For each marked solution in Part II, Offerors must submit a completed Project Form (Part III). Part III, Solution Detail, requires comprehensive information for each project, including a narrative describing the solution, how it meets functional capabilities and use cases, products utilized, period of performance, contract value, customer details, and contact information for a government official or representative. If using affiliate or subcontractor experience, detailed explanations of their role and contribution are required.
    RFP No. 70RDA226R00000001 Amendment 00021, Attachment J-5, is a Self-Certification Technical Experience Form requiring offerors to detail their experience with Counter-Unmanned Aircraft Systems (C-UAS) solutions and services. The form is divided into three parts: Offeror Information, Technical Experience, and Solution Detail. Offerors must complete Part I with their name and UEID. Part II requires offerors to mark a matrix indicating their experience with specific functional capabilities (Detect and Track, Identification, Mitigate/Neutralize) across various use cases (Fixed Location, Mobile, Aviation, Maritime) for different tracks (Hardware/Software, C-UAS as a Service, System Integration, R&D, T&E Support). For each marked solution in Part II, offerors must complete a Project Form in Part III, providing a narrative, project details, products utilized, contract value, and customer information. This ensures a comprehensive overview of the offeror's relevant experience.
    RFP No. 70RDA226R00000001, Attachment J-5, is a Self-Certification Technical Experience Form for Offerors to detail their capabilities for federal government contracts, specifically related to Counter-Unmanned Aircraft Systems (C-UAS). This form requires Offerors to provide information on their technical experience, categorizing solutions by track (Hardware/Software, C-UAS as a Service, System Integration, R&D, T&E Support) and aligning them with functional capabilities (Detect and Track, Identification, Mitigate/Neutralize) and use cases (Fixed Location, Mobile, Aviation, Maritime). Offerors must complete Part I with their information, Part II with a matrix for each proposed solution, and Part III with detailed narratives and project forms for each solution. The Project Form demands comprehensive specifics, including prime and prior experience firm names, roles, affiliate/subcontractor details, contract numbers, functional capability, use case, project name, solution description, products utilized, performance period, contract value, agency, and contact information for verification. The form is crucial for demonstrating an Offeror's ability to meet the RFP's technical requirements.
    RFP No. 70RDA226R00000001 Amendment 0001, Attachment J-6, outlines the requirements for Offerors to submit a Teaming Members Form. This form is crucial for detailing the scope of involvement with teaming members such as CTA members and/or resellers. Prime offerors must list all teaming members contributing to their business approach for delivering a complete solution to the Statement of Work (SOW) requirements. For each listed team member, the prime offeror must submit a Contractor Team Agreement, a Letter of Commitment, or a completed Part III of the form, all requiring signatures from both the prime offeror and the team member. The form includes sections for Offeror Information (Part I), a List of Members detailing their contributions (Part II), and Teaming Members Details (Part III), which requires information on the business relationship, duties, duration of commitment, resources provided, and points of contact. This attachment ensures transparency and accountability in the proposed teaming arrangements for the RFP.
    RFP No. 70RDA226R00000001, Attachment J-6, outlines the Teaming Members Form, a crucial component for offerors submitting proposals. This form requires prime offerors to detail their teaming approach for delivering a complete solution to the Statement of Work (SOW) requirements. Offerors must complete Parts I, II, and III. Part I collects offeror information, while Part II requires a list of all teaming members and their meaningful contributions to the prime offeror’s performance. For each listed team member, the prime offeror must submit either a Contractor Team Agreement, a Letter of Commitment, or a completed Part III. Part III gathers detailed information for each teaming member or reseller, including the business relationship, duties, responsibilities, terms, commitment duration, and resources provided. This ensures transparency and accountability in the proposed teaming structure.
    This document, Amendment 0001 to RFP No. 70RDA226R00000001, addresses numerous questions and provides clarifications regarding a federal government Request for Proposal (RFP) for Counter-Unmanned Aircraft Systems (C-UAS) solutions. Key areas of clarification include submission requirements for Attachment J-5 (Technical Experience Form) for both Track 1 and Track 2, the flexibility for offerors to submit partial solutions (e.g., software-only), and amendments to pricing schedules (Attachment J-2) to allow for additional labor categories, option period pricing, and contractor/customer site rates. The government confirmed that subcontracting plans are due with the proposal, and cover letters are limited to two pages per volume. It also clarified that cross-referenced material within proposals will not be considered and that the staffing plan for Track 2 should address the full scope of Comprehensive Services, not just C-UAS as a Service. The proposal due date remains unchanged, despite requests for extensions.
    RFP No. 70RDA226R00000001 Amendment 00021 addresses various questions and clarifications regarding a federal government Request for Proposal (RFP) for Counter-Unmanned Aircraft Systems (C-UAS). Key clarifications include requirements for submitting Attachment J-5 Part III for both Tracks 1 and 2, allowing software-only solutions for Track 1, and confirming that the proposal due date remains unchanged despite requests for extensions. The amendment also details submission guidelines for cover letters and subcontracting plans, clarifies pricing schedules for Track 2, and specifies the use of pricing narratives. Additionally, it addresses technical aspects such as eye-readable font sizes, cross-referencing within proposals, staffing plans for Track 2 Comprehensive Services, and the government's approach to data ownership, FCC/NTIA authorizations, and OCI mitigation. The document emphasizes that while a broad range of solutions is desired, specific requirements will be tailored at the task order level, and classified information is not required for this IDIQ.
    RFP No. 70RDA226R00000001 outlines the structure for submitting questions related to a government Request for Proposal. The document categorizes questions into Contractual, Technical, Price, and General, providing examples for each. It specifies where to reference information within the solicitation and attachment sections, including page numbers. The primary purpose is to standardize the inquiry process for potential bidders, ensuring clarity and organization in addressing questions about clauses, technical factors, pricing, or general aspects of the RFP. This structured approach aims to streamline communication and provide a clear framework for all parties involved in the federal procurement process.
    The Department of Homeland Security (DHS) Counter-Unmanned Aircraft Systems (C-UAS) Program Industry Day on November 6, 2025, outlined a comprehensive, department-wide contract to address UAS threats. This mandatory-for-use contract will allow DHS components like CBP, Coast Guard, FPS, Secret Service, FEMA, and S&T to directly order C-UAS technologies. The program is divided into two tracks: Track 1 for Hardware/Software and Ancillary Services, and Track 2 for Comprehensive Services, including "C-UAS as a Service," system integration, and R&D/T&E support. Evaluation factors for both tracks include business approach/staffing plan, technical experience, and price. Key proposal instructions allow offerors to bid on one or both tracks, with only one prime contractor proposal permitted. The RFP release is scheduled for November 12, 2025, with an award date of December 15, 2025, emphasizing a need for broad solutions from teaming arrangements.
    This government file outlines a structured approach for categorizing questions and comments related to federal government RFPs, federal grants, and state/local RFPs. It defines four main categories: Contractual, Technical, Price, and General. The document provides clear distinctions for each category, with "Contractual" pertaining to non-technical contractual issues, "Technical" for questions about technical factors, "Price" for inquiries related to the price factor, and "General" for any other questions not covered by the first three. This framework ensures that all inquiries are properly classified and addressed within the context of government procurement processes.
    The document, "Questions for Industry," is a Request for Information (RFI) from the Department of Homeland Security (DHS) seeking industry feedback for an upcoming procurement of Counter-Unmanned Aircraft Systems (C-UAS) solutions. The RFI aims to gather insights on how DHS can structure the Request for Proposal (RFP) to maximize competition, encourage teaming arrangements, and ensure comprehensive coverage of C-UAS capabilities. Key areas of inquiry include desired information from DHS to develop proposals, optimal RFP structure and evaluation factors, recommended labor categories, facility security clearances, business alliances (OEMs, VARs, Systems Integrators), strategies to encourage teaming and minimize redundant awards, challenges in forming partnerships, feasibility of requiring reseller authorization at proposal submission, potential limiting terms and conditions, and efficient methods for evaluating offerors' capabilities to deliver C-UAS solutions.
    The Department of Homeland Security (DHS) has released RFP No. 70RDA226R00000001 for Counter-Unmanned Aircraft Systems (C-UAS) solutions. This multiple-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, seeks proposals for commercial items under two tracks: Track 1 for Hardware/Software and Ancillary Services, and Track 2 for Comprehensive Services (turnkey solutions, system integration, R&D, and T&E support). The RFP outlines detailed technical requirements for C-UAS capabilities including detection (2km range), tracking (simultaneous tracking of 3 UAS, 75m geolocation error for moving UAS), identification, mitigation (500m range), command and control, and system resiliency (MIL-STD compliance, 90% operational availability). It also specifies requirements for aircraft-based and maritime deployments, technology refresh, testing, training, maintenance, interoperability, spectrum analysis, system documentation, and compliance with various federal regulations (FAA, FCC, DHS cybersecurity, 'Buy America,' NIST SP 800-53, FedRAMP, HSPD-12, DHS Enterprise Architecture, AI/Machine Learning principles). Contractors must provide transactional data reports quarterly. The closing response date for proposals is December 8, 2025.
    The Department of Homeland Security (DHS) requires Counter-Unmanned Aircraft Systems (C-UAS) solutions to detect, track, identify, and mitigate UAS threats in various environments, including aviation and maritime. This contract will provide hardware, software, and comprehensive services, such as turnkey solutions and R&D support. Key requirements include scalability, a minimum 2km detection range, simultaneous tracking of at least three UAS, and mitigation at 500 meters. Systems must integrate with situational awareness tools, comply with military and cybersecurity standards (MIL-STD-810H, 461G, 464C, NIST), and maintain 90% operational availability. The contractor must also provide training, technology refresh, detailed documentation, and comply with various federal regulations, including Section 508, FedRAMP, and HSPD-12, while ensuring personnel security and secure handling of sensitive information.
    This government solicitation seeks multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts across two tracks: Track 1 for Hardware/Software and Ancillary Services, and Track 2 for Comprehensive Services. Offerors can propose for one or both tracks but must submit a single proposal as the prime contractor. Proposals require three volumes: Corporate Qualifications, Capabilities (tailored to the selected track(s)), and Price Proposal. Volume II (Capabilities) details business approach (Track 1), staffing plan (Track 2), and technical capabilities (both tracks). Volume III (Price Proposal) outlines pricing for Track 1's use case scenario (hardware, software, support) and Track 2's labor rates. Offerors must provide supporting evidence for technical claims and pricing data, with encouraged volume discounts. Assumptions, conditions, or exceptions must be clearly stated within the respective volumes.
    RFP No. 70RDA225R00000021 outlines the evaluation factors for awarding contracts for Counter-Unmanned Aircraft Systems (C-UAS) acquisitions, emphasizing a Highest Technically Rated Offerors with a Fair and Reasonable Price (HTRO-FRP) basis over Lowest Price Technically Acceptable (LPTA). Proposals are evaluated under two tracks: Hardware/Software and Ancillary Services, and Comprehensive Services. Each track has specific non-price factors (Business Approach or Staffing Plan, and Technical Capability) and a price factor. Non-price factors are weighted in descending order of importance, with Price only evaluated for the highest technically rated offerors. Proposals receiving a “No Confidence” rating for any factor are immediately disqualified. The government plans to award 4 to 6 IDIQ contracts per track to firms with the highest technical merit and fair and reasonable prices. Strict adherence to submission requirements is mandated, and awards may be made without discussions, though clarifications and competitive range communications are reserved rights. Deviations or exceptions will lead to proposal rejection.
    The Department of Homeland Security (DHS) released RFP No. 70RDA226R00000001 Amendment 0001 for Counter-Unmanned Aircraft Systems (C-UAS) solutions. This multiple-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum value of $1.5 billion, seeks hardware, software, and services to detect, track, identify, and mitigate UAS threats. The RFP outlines two tracks: Track 1 for Hardware/Software and Ancillary Services ($1.011 billion ceiling) and Track 2 for Comprehensive Services ($489 million ceiling), including vendor-operated turnkey solutions, system integration, R&D, and T&E support. The contract requires compliance with various federal regulations, cybersecurity standards (NIST SP 800-53, FedRAMP), and military standards (MIL-STD-810H, MIL-STD-461G, MIL-STD-464C) for system resiliency. Key requirements include a 2 km UAS detection range, simultaneous tracking of at least 3 UAS, and mitigation at 500 meters. Contractors must provide monthly financial and order status reports, quarterly transactional data, and participate in a post-award conference. The RFP also details requirements for AI/ML, cloud computing, HSPD-12, and Section 508 compliance. Multiple awards are anticipated.
    The Department of Homeland Security (DHS) released RFP No. 70RDA226R00000001 Amendment 00021, a combined synopsis/solicitation for Counter-Unmanned Aircraft Systems (C-UAS) solutions. This multiple-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, is divided into two tracks: Hardware/Software and Ancillary Services ($1.011 billion) and Comprehensive Services ($489 million). The contract aims to provide DHS components with C-UAS capabilities for detection, tracking, identification, and mitigation of UAS threats in various environments, including fixed locations, mobile response, aviation, and maritime operations. The RFP outlines detailed technical, testing, training, and compliance requirements, including adherence to FAR, NIST, MIL-STD, and DHS cybersecurity standards. Contractors must also provide transactional data reports and adhere to strict supply chain risk management protocols.
    The Department of Homeland Security (DHS) released RFP No. 70RDA226R00000001 Amendment 0001 for Counter-Unmanned Aircraft Systems (C-UAS) solutions. This Request for Proposal (RFP) seeks to establish a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a maximum ceiling of $1.5 billion. The contract is divided into two tracks: Track 1 for Hardware/Software and Ancillary Services ($1.011 billion) and Track 2 for Comprehensive Services ($489 million). DHS requires C-UAS capabilities for detection, tracking, identification, and mitigation of UAS threats in various environments, including fixed locations, mobile responses, and aviation/maritime operations. The solutions must be scalable, resilient, and comply with numerous federal regulations and standards, including FAR, NIST, MIL-STD, and DHS cybersecurity policies. Contractors must provide detailed documentation, testing reports, training, and adhere to strict security, interoperability, and supply chain risk management requirements. Key deliverables include monthly status and financial reports, quarterly transactional data, and participation in a post-award conference. Proposals are due by December 8, 2025.
    RFP No. 70RDA226R00000001 Amendment 0002 outlines a Department of Homeland Security (DHS) solicitation for Counter-Unmanned Aircraft Systems (C-UAS) solutions, a multiple-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract valued at up to $1.5 billion. The RFP, issued on November 21, 2025, with a closing date of December 8, 2025, seeks commercial items under FAR subpart 12.6 to address threats from unauthorized UAS. The contract is divided into two tracks: Track 1 for Hardware/Software and Ancillary Services ($1.011 billion ceiling) and Track 2 for Comprehensive Services ($489 million ceiling). DHS requires C-UAS capabilities for fixed location security and mobile response in diverse environments, including aviation and maritime settings. Solutions must meet technical requirements for scalability, detection (minimum 2 km range), tracking (simultaneous tracking of 3 UAS, geolocation error <75m for moving UAS), identification, and mitigation (minimum 500m range). Systems must also comply with MIL-STD-810H, MIL-STD-461G, MIL-STD-464C, NIST Cybersecurity Framework, and achieve 90% operational availability. The RFP details requirements for aircraft-based and maritime deployments, testing, training, updates, maintenance, interoperability, spectrum analysis, system documentation, and compliance with various federal regulations, including FAA, FCC, DHS cybersecurity standards, "Buy America" provisions, and AI/Machine Learning principles. Contractors must provide detailed transactional data reports quarterly and participate in a post-award conference. The contract also specifies strict adherence to DHS security policies, including those for Sensitive But Unclassified (SBU) information, encryption compliance, and cyber-supply chain risk management (C-SCRM).
    Similar Opportunities
    MQ-9 Unmanned Aircraft Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is planning to issue a Sole Source Contract Modification to General Atomics Aeronautical Systems, Inc. for the procurement of up to eleven MQ-9 Unmanned Aircraft Systems. This contract modification aims to increase the contract ceiling and extend the performance period by an additional 12 months, from October 1, 2026, to September 30, 2027, to support anticipated aircraft deliveries and ongoing operational and maintenance services for the existing UAS fleet. The MQ-9 systems are critical for enhancing the DHS's mission capabilities in border security and surveillance operations. Interested parties are encouraged to express their interest and capabilities in writing to Brenda Mealer at brenda.mealer@cbp.dhs.gov prior to the closing date of this notice, as this is not a request for proposals or bids.
    Level III Small Unmanned Aircraft Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting a Request for Information (RFI) to explore the availability and technological capabilities of vendors for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) sUAS Program. The RFI seeks solutions that demonstrate high Manufacturing Readiness Level (MRL) and Technology Readiness Level (TRL), with key capabilities including FAA compliance, minimal personnel requirements, autonomy, AI/machine learning integration, and interoperability with existing systems. Responses to this RFI, which is intended for informational and planning purposes only and does not guarantee a contract award, are due by December 12, 2025, and interested vendors should direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    DHS-wide Uniforms III Contract
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals through its Long Range Broad Agency Announcement (LRBAA) 24-01, aimed at funding scientific and technical projects that enhance homeland security capabilities. This five-year initiative, open until May 31, 2029, focuses on three types of research: near-term component gaps, foundational science, and future needs/emerging threats, covering key mission areas such as Counter Terrorism, Border Security, and Cyberspace Security. The submission process involves a three-step approach: Industry Engagement, Virtual Pitch, and Written Proposal, with eligibility extended to various entities, including small businesses. Interested parties can contact John Whipple at john.whipple@hq.dhs.gov or the LRBAA Program Mailbox at LRBAA.Admin@HQ.DHS.GOV for further information.
    The Department of Homeland Security's (DHS) Maritime Capabilities and Innovation - Commercial Solutions Opening Pilot Program (CSOP) General Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is initiating the Maritime Capabilities and Innovation Commercial Solutions Opening Pilot Program (CSOP) to acquire innovative commercial products and services aimed at enhancing U.S. maritime capabilities. This program, authorized by the National Defense Authorization Act for Fiscal Year 2017, seeks proposals that address various maritime challenges, including technology innovation, program oversight, and supply chain resilience, with a focus on modernizing acquisitions and expanding industry collaboration. Eligible participants include U.S.-based entities such as small businesses, academic institutions, and non-profits, with contract awards potentially reaching up to $25 million, subject to funding availability. Interested parties can submit proposals on a rolling basis until August 5, 2026, and should direct inquiries to Breean Jaroski or Mariah Watt via their provided emails.
    Cornerstone OTA CS-26-1501 40mm Counter Unmanned Aerial System (CUAS)
    Buyer not available
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a competitive Cornerstone Initiative Request (CIR) for the development of a 40mm Counter Unmanned Aerial System (CUAS). The objective is to integrate advanced proximity sensing fuze technology into programmable air burst cartridges for the MK19 grenade launcher, creating a comprehensive system for countering small UAS threats, which includes detection, tracking, targeting, and defeat functionalities. This initiative is crucial for enhancing the U.S. Manufacturing and Defense Industrial Base, and interested parties must be members of the Cornerstone consortium to participate, with a proposal submission deadline expected 30 days after the CIR issuance on or after November 25, 2025. For inquiries and registration information, interested entities should contact the Cornerstone OTA mailbox at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), has issued a Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically Call 001-2026, inviting proposals for the integration of Unmanned Aircraft Systems (UAS) into the National Airspace System. This opportunity seeks Whitepapers that demonstrate and validate systems and technologies aligned with key focus areas such as UAS Traffic Management, Beyond-Visual-Line-of-Sight operations, and Advanced Air Mobility, among others. The FAA aims to enhance UAS integration in accordance with the FAA Reauthorization Act of 2024, with a total funding cap of $24 million available until September 30, 2028, requiring a minimum 1:1 cost-share from respondents. Interested parties must submit technical questions by October 17, 2025, and Whitepapers by November 14, 2025, to the Contracting Officer, Scott E. Raber, at Scott.E.Raber@faa.gov, with awards anticipated by September 30, 2026.
    UAS Drone Blue Cleared or Select lists compliant BPA
    Buyer not available
    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.
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    Multi-Domain Force Applications and Traffic Management for Unmanned Aircraft Systems (M-FAT)
    Buyer not available
    The Department of the Air Force is issuing a Broad Agency Announcement (BAA) FA8750-25-S-7004 titled "Multi-Domain Force Applications and Traffic Management for Unmanned Aircraft Systems (M-FAT)," which seeks innovative research to enhance Counter-small Unmanned Aerial System (C-sUAS) capabilities. The primary objectives include advancements in Electronic Warfare, Cyberspace Operations, Command and Control Automation, Low-Collateral Defeat technologies, and improvements in UAS Traffic Management systems. This initiative is crucial for developing effective countermeasures against small unmanned aerial systems, particularly in contested environments, and aims to integrate advanced technologies for improved operational effectiveness. The total estimated funding for this BAA is approximately $499 million, with individual awards typically ranging from $500,000 to $20 million, and the submission of white papers is open until August 4, 2030. Interested parties can direct inquiries to Tristen Carrig at tristen.carrig@us.af.mil or Amber Buckley at amber.buckley@us.af.mil for further information.