SS - AFRL/DO Small Unmanned Aerial Systems (sUAS) for Flight Test Use
ID: SS-AFRL-PZLEQ-2025-0009Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

Aircraft Manufacturing (336411)

PSC

UNMANNED AIRCRAFT (1550)
Timeline
    Description

    The Department of Defense, through the Air Force Research Laboratory (AFRL) at Wright-Patterson Air Force Base, is seeking to procure Small Unmanned Aerial Systems (sUAS) for flight test use. The procurement aims to acquire four sUAS systems that comply with Department of Defense and Department of the Air Force specifications, including lightweight vertical takeoff and landing quadcopters equipped with advanced imaging capabilities and secure communication links. This initiative is crucial for enhancing UAV technology development and operational testing within military contexts. Interested small business vendors must submit their capability packages to Jason Sav at jason.sav@us.af.mil by February 7, 2025, at 5:00 PM Eastern Standard Time, as this is a Sources Sought notice and not a solicitation for quotes.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for acquiring Small Unmanned Aerial Systems (sUAS) to enhance the capabilities of the Air Force Research Laboratory (AFRL) at the Springfield-Beckley Airport in Ohio. The AFRL seeks to procure four sUAS systems from approved vendors that meet Department of Defense (DoD) and Department of the Air Force (DAF) specifications, emphasizing compliance with necessary cybersecurity and manufacturing standards. The desired systems include two lightweight vertical takeoff and landing quadcopters equipped with electro-optical and infrared cameras, alongside additional features such as an easy-to-operate ground control station, encrypted communication links, and extended flight capabilities. The intent is to promote testing and comparison between different systems, facilitating a range of operational scenarios for ongoing UAS technology development. Preference is given to systems already utilized within other DAF units to ensure standardization in flight operations and expedite approvals. The process will also entail gathering appropriate documentation, including DIU approval and FCC licenses, reinforcing adherence to regulatory mandates. This initiative reflects the government’s focus on advancing UAV technologies and enhancing test operations within military contexts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Technologies Sought for Capability Discovery Experiment FALCON PEAK 2025.2 Hosted by North American Aerospace Defense Command and United States Northern Command (N&NC) Counter – small Unmanned Aircraft System (C-sUAS)
    Dept Of Defense
    The Department of Defense, specifically the North American Aerospace Defense Command and United States Northern Command, is seeking innovative technologies for the Capability Discovery Experiment FALCON PEAK 2025.2, focusing on counter-small Unmanned Aircraft Systems (C-sUAS). The experiment aims to evaluate systems capable of detecting, tracking, identifying, and neutralizing Group 1 and 2 sUAS threats in an operational environment, with a particular emphasis on low-emission and non-emitting UAS. This initiative is critical for enhancing military base Force Protection measures and will take place from late July to early August 2025 at Peterson Space Force Base and Fort Carson in Colorado. Interested technology developers must submit their applications by February 6, 2025, to NORAD-USNC-FalconPeak@groups.mail.mil, and are encouraged to provide detailed descriptions of their systems, including their Technology Readiness Level (TRL).
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
    Dept Of Defense
    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.
    Counter-small Unmanned Aircraft Systems Soldier Common Solutions
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Program Executive Office Missiles and Space, is seeking vendors to provide Counter-small Unmanned Aircraft Systems (C-sUAS) Soldier Common solutions to enhance battlefield capabilities. The primary objective is to develop lightweight, easily deployable systems that can detect and defeat small UAS, ensuring compatibility with existing weapon systems while minimizing operational burdens on soldiers. This initiative is critical for improving soldier safety and effectiveness in combat scenarios, with an Industry Day scheduled for January 13, 2025, to facilitate vendor engagement and information exchange. Interested vendors must submit a white paper detailing their capabilities and proposed solutions by the specified deadlines, and inquiries can be directed to Michael Metje at michael.a.metje.civ@army.mil or Christine Baughan at christine.c.baughan.mil@army.mil.
    NAWCAD WOLF Counter-small Unmanned Aircraft System (C-sUAS) Handheld
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking information from vendors regarding the procurement of handheld Counter-small Unmanned Aircraft System (C-sUAS) capabilities. The primary objective is to develop devices that can disrupt Radio Frequency (RF) and Global Positioning Systems (GPS) to control the landing of small unmanned aircraft, enhancing operational safety and effectiveness. These handheld countermeasures are critical for military operations, allowing users to manage potential threats posed by small drones. Interested parties must submit their responses, including technical specifications and pricing information, by February 6, 2025, to Lauren Clemmens at lauren.a.clemmens.civ@us.navy.mil.
    Agility Prime Innovative Capabilities Opening (ICO) Transformative Vertical Flight
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE AIR FORCE: Agility Prime Innovative Capabilities Opening (ICO) Transformative Vertical Flight The Department of Defense, specifically the Department of the Air Force, is seeking prototype projects from both traditional and nontraditional defense contractors. The purpose of these projects is to assess the transformative vertical flight market and Vertical Takeoff and Landing (VTOL) technologies. The goal is to establish a collaborative strategy with industry and investors to accelerate the fielding of the most promising technologies for both government and potential commercial use. The focus of this effort is on emerging electric VTOL (eVTOL) and urban/advanced air mobility (UAM/AAM) aircraft, although alternative technologies will also be considered. These aircraft may incorporate non-traditional electric or hybrid propulsion and can be used for manned or optionally manned missions, with various control options such as onboard pilot, remote pilot, or autonomous control. The core technologies of interest include distributed propulsion for vertical flight, potential use of a wing for horizontal flight, augmented flight control systems, and high levels of automation or autonomy. The government aims to test the hypothesis that these aircraft could revolutionize mobility by offering lower maintenance costs, improved safety, affordability, improved acoustics, and greater flexibility compared to other ground and air vehicles. The government is particularly interested in scenarios outside of urban environments that could potentially open a broad public-use market for early government adoption. These aircraft, referred to as ORBs, have the potential to support a variety of missions such as organic resupply for disaster relief, operational readiness, and diverse military and civilian operations. The government may award one or more Other Transactions for Prototype (OTP) agreements based on evaluations and funds availability. The OTP agreements will be negotiated for prototype project delivery, and if successful, may lead to follow-on production agreements. The government is also open to innovative business arrangements or structures that would not be feasible under a traditional contract. This opening is a competitive solicitation that will be continuously open until February 28, 2025. The government reserves the right to award OTPs based on information learned during this offering. Interested parties should regularly check https://beta.sam.gov for new Areas of Interest (AOIs) postings. For full announcement details, please refer to the attachments section.
    15--UAS Science Flight Operations Support Services
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking a contractor to provide support and lease services for a hybrid Vertical Take Off and Landing (VTOL) – Fixed Wing (FW) Uncrewed Aircraft System (UAS). The contractor will be responsible for integrating specified camera models and potentially other sensors to facilitate the reliable collection of targeted scientific data, with operations extending beyond visual line of sight (BLVOS) from a vessel. This procurement is crucial for advancing NOAA's scientific missions and data collection capabilities. Interested parties should contact James Skaggs at JAMES.SKAGGS@NOAA.GOV or call 757-605-7405 for further details, noting that this opportunity is set aside for small businesses under the SBA guidelines.
    Advanced Propulsion Development (APD) IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's Propulsion Directorate, is seeking information from potential contractors through a Sources Sought Notice for the Advanced Propulsion Development (APD) Indefinite Delivery Indefinite Quantity (IDIQ) contract. Interested vendors are invited to submit capability statements that demonstrate their ability to meet the program objectives across thirteen propulsion-related technology focus areas, which include advanced propulsion technologies and high-temperature solutions. This initiative aims to identify qualified vendors, including small and disadvantaged businesses, to support future propulsion technology development efforts, thereby enhancing the Air Force's capabilities in this critical area. Responses must be submitted by 3:00 PM (ET) on February 21, 2025, via the DoD SAFE platform, and inquiries can be directed to Tanner Alley or Benjamin Fink at the provided email addresses.
    Camera System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for a new 4K Security Camera System at Beale Air Force Base to enhance tool accountability on the flight line. The procurement aims to replace the current inadequate camera setup with a system that includes eight high-definition indoor cameras capable of continuous recording, live and recorded video analysis, and features such as 14-day playback and USB export. This initiative is critical for ensuring operational efficiency and compliance with maintenance processes. Interested small businesses are encouraged to respond to this Sources Sought notice by providing their interest and price estimates, with inquiries directed to SSgt Korey Sarantopoulos at korey.sarantopoulos.1@us.af.mil or David Wadkins at david.wadkins@us.af.mil.
    Flight Test, Telemetry and Termination (FT3) Flight Test Kit Production
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of Flight Test, Telemetry and Termination (FT3) Flight Test Kits, which are essential for supporting the Air Force Global Strike Command's Minuteman III Intercontinental Ballistic Missile (ICBM) Operational Test Launch Program. The procurement aims to establish a contract for the delivery of flight test kits that integrate capabilities for range tracking, missile telemetry, and flight termination, with a requirement for just-in-time deliveries aligned with a five-year flight test schedule. This initiative is critical for ensuring the operational effectiveness and reliability of the ICBM system, with an anticipated delivery timeline beginning October 1, 2030, and ongoing support through the life of the MMIII ICBM Weapon System, projected until approximately 2040. Interested parties must respond to the Sources Sought notice by February 24, 2025, and can direct inquiries to Brad Vargo at 801-775-3700 or via email at bradley.vargo.1@us.af.mil.
    Request For Information for Unmanned Aircraft System (UAS) Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) Services, (PMA-263)
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIRSYSCOM), is seeking information from qualified contractors capable of providing Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) services for Unmanned Aircraft Systems (UAS) under the Small Tactical Unmanned Aircraft Systems (STUAS) Program Office (PMA-263). The objective is to identify additional vendors who can deliver reliable ISR services to support military operations, including both land-based and sea-based missions, with a focus on providing around-the-clock sensor data and operational support. This initiative is crucial for enhancing the capabilities of the Navy and Marine Corps in combat and contingency operations, as existing services are currently provided under Basic Ordering Agreements set to expire in March 2026. Interested parties are encouraged to submit a capability statement by email to the designated contacts, Heather Buckler and Kristen Ferro, with a response deadline not specified in the overview.