Level III Small Unmanned Aircraft Systems
ID: RFI_Level_III_sUAS_CBP_2026Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONAIR AND MARINE CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Aircraft Manufacturing (336411)

PSC

UNMANNED AIRCRAFT (1550)
Timeline
    Description

    The Department of Homeland Security, specifically 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) to enhance the U.S. Border Patrol's (USBP) operational capabilities. The RFI seeks to identify vendors capable of providing sUAS that meet specific technical requirements, including FAA compliance, autonomy, AI integration, and interoperability with existing systems, while focusing on Group 1 and/or 2 weight classes (≤ 20 – 55 lbs.). This initiative is crucial for improving tactical field operations and ensuring effective border security measures. Interested vendors must submit their responses, including a white paper detailing their capabilities, by December 12, 2025, and can direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    This RFI outlines CBP's requirements for Level III Small Unmanned Aircraft Systems (SUAS), clarifying that "Level III" is an internal CBP designation for Group 1 SUAS capabilities, not industry Group 3 standards. The RFI focuses on Group 1 and/or 2 weight (≤ 20 – 55 lbs.) and performance class, building on previous CBP projects. Key requirements include vendor-provided TAK integration (expected to be 90% complete and tested), predictive maintenance for critical SUAS components (e.g., "change oil timer," "motor replacement after 500 hours"), and a standalone simulator for flight and mission training under various environmental conditions. Password protection at the Ground Control Station (GCS) startup is also required. Video links are not permitted in RFI responses.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.
    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.
    Small Unmanned Aircraft Systems (sUAS) for the United States Marine Corps
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, is seeking information from vendors capable of providing Small Unmanned Aircraft Systems (sUAS) for the United States Marine Corps. The primary objective is to assess commercially available sUAS candidates that emphasize First Person View (FPV) capabilities, with a focus on low-cost, high-volume production to meet potential future requirements of up to 10,000 units within 12 months. These systems are intended for reconnaissance, surveillance, target acquisition, and other mission capabilities, including lethal payload delivery and electronic support. Interested parties must submit their responses, including detailed technical specifications and cost breakdowns, to the designated contacts, Hannah Cha and Kristen Ferro, by the specified deadline, ensuring compliance with relevant regulations and standards.
    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.
    Industry Day FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is hosting an Industry Day to engage small business vendors regarding the procurement of Small Unmanned Aircraft Systems (sUAS) under a Blanket Purchase Agreement (BPA) for fiscal years 2025-2030. The primary requirements include providing sUAS compliant with the Blue UAS Cleared or Select Lists or NDAA compliant systems, along with repair parts, sustainment support, live demonstrations, and technical expertise for the BPA. This initiative is crucial for enhancing the operational capabilities of the Army through advanced unmanned aircraft technology. Interested vendors must respond with company information and authorization documentation to participate in the Industry Day, which is scheduled for February 2026, with further details to be communicated via email. For inquiries, vendors can contact Justin C. Gould at justin.c.gould5.mil@army.mil or Nataly Johnson at nataly.l.johnson.mil@army.mil.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP) is seeking qualified vendors to provide ballistic shields for its Law Enforcement Safety & Compliance (LESC) Directorate. The procurement involves a Request for Quotes (RFQ) for high-quality, lightweight ballistic shields, which must meet specific technical requirements, including compliance with ASTM International Standards and a 10-year ballistic warranty. These shields are critical for ensuring the safety of law enforcement personnel in various operational environments. Interested parties should note that the due date for submissions has been extended to March 6, 2026, at 2 PM ET, and that contract awards are contingent upon the availability of funds. For further inquiries, vendors can contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov or John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.
    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.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    Advanced Robotic Vehicles
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking information on advanced robotic vehicles intended for high-risk law enforcement applications. The procurement aims to identify products and technologies capable of operating in challenging environments, such as barricades, hazardous warrant executions, explosive ordinance disposal, and search and rescue missions. These robotic systems are crucial for enhancing safety and operational efficiency in law enforcement scenarios, requiring capabilities like mobility across diverse terrains, modular payloads, and robust control systems. Interested vendors must submit their responses electronically via SAM.gov within 15 days of the RFI's posting to the primary contact, Ryan F. Burke, at ryan.f.burke@dea.gov, or the secondary contact, Michael Eyes, at michael.s.eyes@dea.gov. This RFI is for planning purposes only and does not guarantee future procurement commitments.