This document, "SMALL UNMANNED AIRCRAFT SYSTEMS (sUAS) ATTACHMENT A – VENDOR COMPANY DATA LEVEL III MARKET RESEARCH," is a request for information (RFI) or a section of a larger solicitation from a government entity. It seeks comprehensive vendor data for companies involved with sUAS. The document is structured to gather essential details about potential contractors, including their company name, address, website, and primary and secondary points of contact. It also requires the vendor's Unique Entity ID from SAM.gov, Cage Code, and confirmation of SAM registration, which is mandatory for federal contract eligibility. A key component is the collection of socio-economic status, allowing vendors to identify as small, disadvantaged, 8(a), HUB Zone, veteran-owned, service-disabled veteran-owned, or woman-owned small businesses, or as a large business. Furthermore, the document inquires about manufacturer status (original manufacturer or reseller) and GSA MAS Contract Number. Finally, it requests an overview of the vendor's capabilities pertinent to the RFI's requirements, including Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL), with a two-page maximum for this description, along with any identified issues or challenges.
The U.S. Customs and Border Protection (CBP) is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS). This RFI aims to identify current technological capabilities to enhance the U.S. Border Patrol's (USBP) sUAS Program, specifically for tactical field operations. CBP is interested in sUAS solutions with high Manufacturing Readiness Level (MRL) and Technology Readiness Level (TRL). Key capabilities sought include FAA compliance, minimal personnel requirements, autonomy, AI/machine learning integration, and interoperability with existing systems like the Team Awareness Kit (TAK). The systems must meet specific technical requirements for operations, flight, range, sensor payloads (EO/IR), data management, automation, user interface, batteries, and rapid deployment. This RFI is for informational and planning purposes only and does not guarantee a contract award. Vendors may be invited to conduct no-cost demonstrations. Responses, including a white paper addressing capabilities and vendor data, are due by December 12, 2025.