Signature Managed (SM) Group 3 sUAS and Low Size, Weight and Power, and Cost (SWaP-C) Communication and Control (C2)/Data Relay (DR) and Electronic Warfare (EW) Technology Request for Information (RFI)
ID: FA8629Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8629 AFLCMC WISK SOF/PRWRIGHT PATTERSON AFB, OH, 45433, USA

NAICS

Aircraft Manufacturing (336411)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking information from industry partners regarding the development of Signature Managed (SM) Group 3 Small Uncrewed Aircraft Systems (sUAS) capable of providing command and control/data relay (C2/DR) and electronic warfare (EW) capabilities in contested environments. The objective is to gather insights on current and emerging technologies that can be integrated into these systems within a 24 to 36-month timeframe, emphasizing low size, weight, power, and cost (SWAP-C) solutions. This initiative is crucial for enhancing military operational capabilities and ensuring effective data relay and command functionalities in complex environments. Interested vendors must submit their responses, including Attachments A and B, by 1700 EST on January 17, 2025, to the designated U.S. Government email address, with further inquiries directed to the provided contracting officers.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Air Force is issuing a Request for Information (RFI) focused on the development of Signature Managed (SM) Group 3 small uncrewed aircraft systems (sUAS) capable of providing Communication and Control (C2)/Data Relay (DR) and Electronic Warfare (EW) capabilities in contested environments. The RFI aims to gather insights from the industry regarding existing and anticipated solutions that can be integrated to meet the needs of the Air Force within 24-36 months. Key objectives include obtaining current platforms that can integrate C2/DR or EW payloads, as well as technologies adhering to low Size, Weight and Power, and Cost (SWAP-C) principles. The feedback obtained will inform potential future acquisition strategies and the development of Requests for Proposals (RFPs). Responses must be structured according to specific attachments and submitted via designated email channels, with a deadline of January 17, 2025. This RFI serves as a non-binding exploration of capabilities, emphasizing the Air Force's interest in innovative and unconventional solutions while ensuring vendor proprietary information is protected. Ultimately, this initiative is part of a broader strategy to enhance operational capabilities through collaboration with industry stakeholders.
    The U.S. Air Force's Intelligence Surveillance Reconnaissance & Special Operations Forces (ISR & SOF) Directorate is issuing a Request for Information (RFI) for the development of Signature Managed (SM) Group 3 Small Uncrewed Aircraft Systems (sUAS) capable of providing command and control/data relay (C2/DR) and electronic warfare (EW) capabilities in contested environments. The RFI aims to gather industry capabilities and technological solutions that can integrate with sUAS within 24 to 36 months. Specifically, the U.S. Government seeks current solutions and those that can be integrated promptly, emphasizing low size, weight, power, and cost (SWAP-C). This market research will help inform acquisition strategies and potential future contract actions by engaging a broad spectrum of industry partners, including innovative, non-traditional performers. Responses are voluntary and will not constitute a binding contract; however, they will guide the U.S. Government's understanding of market readiness and capabilities. The deadline for submissions is January 31, 2025, and all responses are treated confidentially per federal regulations. The RFI underscores the government's commitment to leveraging modern technology to enhance operational capabilities while allowing for ongoing industrial collaboration.
    The document outlines a Request for Information (RFI) from the U.S. Air Force's Offensive Small Uncrewed Aircraft Systems (sUAS) System Program Office regarding Signature Managed (SM) Group 3 Technology. The RFI seeks detailed company and technical information from potential vendors, specifically addressing capabilities in platforms, payloads, command and control, and electronic warfare. Companies must provide their primary contact details and complete several sections based on the type of submission. Key areas include technological readiness, production capabilities, and cost methodologies, alongside optional inquiries about existing conflicts of interest and innovative strategies. This RFI emphasizes that responses will inform preliminary planning rather than an immediate solicitation, establishing necessary conditions for participation. Furthermore, it invites vendors to consider compatibility with existing gross and environmental factors, encouraging collaboration by potentially identifying partners. Overall, the objective is to gather insights that will advance the Air Force's capabilities for deploying sUAS, focusing on their effectiveness in contested environments while enhancing data relay and command functionalities. This initiative reflects a broader strategy to optimize defense technologies while maximizing participation from a diverse vendor base.
    The document outlines the Request for Information (RFI) for the Offensive Small Uncrewed Aircraft Systems (sUAS) System Program Office, specifically focusing on the submission of proposed technologies via Attachments A and B. Respondents can submit up to three single-sided pages per solution in Attachment B to supplement information from Attachment A, detailing their technology's capabilities, experiences, and qualifications. While Attachment A is limited to unclassified content, Attachment B may include classified information, adhering to specific submission guidelines. A cover page is required, detailing the solution name, company, submission date, and distribution statement, but does not count against the page limit. Attention is drawn to the importance of including critical solution information in Attachment A, as responses relying solely on Attachment B will be disregarded. This RFI is part of the government’s efforts to identify high Technological and Manufacturing Readiness Level solutions for the defense sector, demonstrating a structured approach to soliciting innovations in uncrewed aerial technology.
    The document outlines key terminology relevant to the Air Force Life Cycle Management Center (AFLCMC) and associated operations, especially focusing on small uncrewed aircraft systems (sUAS) and significant technologies used in military applications. It details acronyms and definitions linked to Command and Control (C2), data relay, and navigation systems, amongst others, highlighting aspects such as modular open systems, production levels, and technological readiness. The central purpose of this document is to provide a reference framework for stakeholders involved in federal Requests for Proposals (RFPs) and grants related to defense systems and their lifecycle management. It emphasizes guidelines under the Federal Acquisition Regulation (FAR) while addressing issues like intellectual property (IP) considerations and the importance of minimizing organizational conflicts of interest (OCI). Given the context of military contracting, these terms serve as crucial elements in fostering clear communication and understanding among various agencies and contractors involved in defense procurement and technology development. The document underscores the complexity and interrelation of systems engineering, surveillance, and warfare technologies, pivotal for the USAF's operational effectiveness.
    The document addresses questions related to the air launch capability, clarifying that it is a requirement rather than a preference. It requests information about the platforms that will facilitate this capability. In response, the U.S. Government specifies that fixed-wing aircraft, including Group 5 small Unmanned Aircraft Systems (sUAS) and the A/MC-130J, are intended to be utilized for air launch operations. This indicates a clear emphasis on enhancing military operations through specific technologies and platforms. The inquiry reflects the government's interest in understanding the capabilities of potential contractors in fulfilling this requirement as part of broader initiatives related to federal contracts and grants focused on advancing defense capabilities.
    Similar Opportunities
    RFQ- IF1200A Hexacopter drones, and equipment (Amend 3)
    Buyer not available
    The Department of Defense, specifically the Army's Combat Capabilities Development Command, is seeking proposals for the procurement of IF1200A Hexacopter drones and associated equipment under a Total Small Business Set-Aside. The primary objective is to acquire Unmanned Aircraft Systems (UAS) equipped with a Gremsy VIO EO/IR Sensor Payload, which are essential for Short Range Reconnaissance missions and must comply with stringent regulatory requirements set forth by the Department of Defense. This procurement aligns with the FY2020 National Defense Authorization Act, emphasizing the military's commitment to utilizing compliant, domestic UAS technology to enhance operational capabilities. Interested vendors should direct inquiries to Edmund Bousaleh at edmund.j.bousaleh.civ@army.mil or Alejandro Ayala at alejandro.ayala.civ@army.mil, with a delivery timeline of 30 days post-order receipt and invoicing managed through the Wide Area Workflow (WAWF).
    Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Transport Layer (T3TL) Upsilon DRAFT Solicitation
    Buyer not available
    The Department of Defense, through the Space Development Agency (SDA), is preparing to issue a draft solicitation for the Proliferated Warfighter Space Architecture (PWSA) Tranche 3 Transport Layer Upsilon (T3TLυ) project, which involves the development of a satellite constellation comprising 40 small Space Vehicles (SVs) for enhanced tactical communications. The procurement aims to establish partnerships with U.S. space industry teams to design, develop, and operate these satellites, ensuring interoperability and advanced communication capabilities across various systems. This initiative is critical for advancing national defense through innovative space technologies, with a total contract value of $15 million and key deadlines including proposal submissions due by April 28, 2025, and anticipated awards by July 31, 2025. Interested vendors can direct inquiries to Angelita M. Lawrence at angelita.m.lawrence.ctr@mail.mil for further information.
    Skydio X10D and Associated Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of five Skydio X10D drones along with associated instructor-led training. This initiative aims to enhance operational capabilities through the acquisition of advanced unmanned aircraft technology, which is critical for various defense applications. Proposals must adhere to the technical specifications outlined in the Performance Work Statement and be submitted by March 7, 2025, at 11:00 AM CST, with a requirement for small business participation under NAICS code 336411. Interested parties can reach out to SSgt Tyler Webber at tyler.webber@us.af.mil or by phone at 701-723-6092 for further information.
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
    Buyer not available
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS): The Department of Defense, specifically the Department of the Air Force, is seeking a focused yet flexible, rapid, agile contracting vehicle to support the research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are intended to combat Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS) used by adversaries in asymmetric warfare against U.S. military personnel and materiel. The government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000. The anticipated deliverables include software, hardware, technical documentation, and technical reports. The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception. The government also requires that approximately 20% of proposed personnel be TS/SCI cleared and assigned at the time of award, with graduated increases over time. Foreign Allied Participation will be excluded at the prime contractor level. A technical library relating to the subject area of this acquisition will be made available. Interested parties must request access through AFRL/RI personnel. A Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020. The entire solicitation will be issued on the BETA SAM website at https://beta.sam.gov/. The government will not provide paper copies of the solicitation. All responsible sources may submit a proposal in response to the RFP. Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil. An Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. INDUSTRY DAY: AFRL will be conducting an Industry Day for the C-sUAS acquisition on Monday, December 16, 2019, at Griffiss Institute, 725 Daedalian Dr., Rome NY 13441. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract and promote an early exchange of information. Interested parties must register by Monday, December 09, 2019, to gain access to the facility.
    Small Unmanned Aerial Systems (sUAS) for Flight Test Use
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is seeking to procure small Unmanned Aerial Systems (sUAS) for flight testing purposes at Wright Patterson Air Force Base in Ohio. The procurement aims to acquire four lightweight vertical takeoff and landing quadcopters, each under 10 pounds, equipped with electro-optical and infrared cameras, along with user-friendly ground control stations and AES-256 encrypted communication links. This initiative is critical for advancing UAS technology development and gathering diverse data, adhering to Department of Defense and Department of the Air Force regulations. Interested vendors must ensure compliance with the outlined specifications and can contact Jason Sav at jason.sav@us.af.mil for further details.
    QF-16 Sustainment Engineering and Logistics Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to provide QF-16 Sustainment Engineering and Logistics Services. This opportunity involves sustaining engineering and logistics support for approximately 90 QF-16 aircraft over the next decade, focusing on managing Drone Peculiar Equipment (DPE) repairs, obsolescence management, engineering support, and contractor logistics support. The services are critical for maintaining operational readiness and addressing technical challenges in the absence of existing technical data. Interested parties must submit their responses by March 18, 2025, adhering to a specified format and avoiding proprietary or classified information. For further inquiries, contact Benjamin Price at benjamin.price.12@us.af.mil or 385-252-7877, or Yvonda Benson at yvonda.benson@us.af.mil.
    Radio Systems Upgrade (RSU) International Airborne Advanced Warning and Control Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for a Radio System Upgrade (RSU) for the International Airborne Advanced Warning and Control System (AWACS) based at Hanscom AFB, MA. The objective is to identify potential contractors capable of integrating new radio systems, including HF solutions and ARC-210 radios, while ensuring compliance with Tactical Secure Voice Cryptographic Interoperability Specification (TSVCIS). This upgrade is critical for enhancing the operational capabilities of the AWACS, which plays a vital role in airborne surveillance and command and control operations. Interested parties must submit their qualifications, including analogous experience and business size, within 15 calendar days of the notice's publication, and should direct inquiries to Celina Campbell at celina.campbell@us.af.mil or John Ballou at john.ballou@us.af.mil. The performance period for the project is projected from September 2026 to September 2030, and firms must be registered in the System for Award Management (SAM) to be eligible.
    Request for Information: Uncrewed Systems (UXS) Survey
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command, is seeking industry and government responses for a Request for Information (RFI) regarding Uncrewed Systems (UXS) as part of a survey initiative. The objective of this survey is to gather insights on UXS capabilities, which will be utilized for potential inclusion in future test events, demonstrations, and ongoing market assessments. This initiative is critical for advancing national defense research and development services, particularly in the realm of military applications. Interested parties are encouraged to submit their responses by March 31, 2025, and can direct inquiries to Mark Dravet at mark.v.dravet.civ@us.navy.mil or Sydney Wittmann at sydney.l.wittmann.civ@us.navy.mil for further information.
    Request for Information / Sources Sought Notice for ARTS-V3 VADR MINI
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking information from vendors regarding the development of the VADR Mini, a Surface-to-Air Missile (SAM) Radar System designed for advanced threat training. The objective is to create a compact and agile digital radar system that integrates with government-furnished equipment, featuring a movable radar pedestal and specific technical specifications. This initiative is crucial for enhancing training capabilities and ensuring readiness against potential threats. Interested vendors are invited to submit their capabilities, cost estimates, and acquisition approach suggestions by March 10, 2025, with an anticipated Request for Proposal (RFP) expected in August 2025 and production needs estimated between 10 to 50 units, targeting completion of the Production Representative Article by December 2027. For further inquiries, vendors can contact Kristina Lenderman at kristina.lenderman@us.af.mil or Tyler Newey at tyler.newey@us.af.mil.
    High Altitude Electronic Attack Payload – Amendment 4
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a Request for Information (RFI) for the development of a High Altitude Electronic Attack (EA) payload intended for integration onto unmanned aerial platforms. This RFI aims to identify potential sources and emerging technologies that can meet the specified performance requirements for the EA payload, which is a critical component in enhancing electronic warfare capabilities. Interested vendors are invited to submit white papers detailing their system capabilities, maturity, cost, and technical specifications by 3:00 PM EST on May 23, 2025, with questions regarding the RFI due by May 19, 2025. For further inquiries, vendors can contact Kellie R. Clavijo at kellie.r.clavijo.civ@army.mil or Jay Kent at jay.a.kent.ctr@army.mil, and a draft of the EA payload requirements will be available upon request for qualified contractors.