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
    Sources Sought for Wingtra GEN II Airframe
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors capable of providing the WingtraOne Gen II airframe, model number WOP-EMP-GEN2, through a sources sought notice. This procurement aims to identify potential suppliers for this specific airframe model, which is likely intended for advanced aerial operations and data collection. Interested vendors are encouraged to respond to this notice by emailing Shawn Valastro at shawn.m.valastro.civ@army.mil by 08:00 AM on December 9, 2025, as this is not a request for quotations but rather an inquiry into vendor capabilities.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Buyer not available
    The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for training in the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide Initial Qualification Training (IQT) for up to six personnel biannually, encompassing a comprehensive ten-day course that includes system fundamentals, supervised build instruction, and extensive flight training. This training is critical for enhancing the operational capabilities of unmanned systems operators within the military context. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations by December 17, 2025, with the contract expected to commence on January 15, 2026, contingent upon future funding availability. For inquiries, contact Jeffrey S. Morris at jeffrey.s.morris.civ@socom.mil.
    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.
    Air Force - Small UAS & Asymmetric Capabilities - Commercial Solutions Opening
    Buyer not available
    The Department of the Air Force is initiating a Commercial Solutions Opening (CSO) to seek innovative commercial technologies that support defense and asymmetric capabilities, specifically through the Air Force Life Cycle Management Center's Special Operations Forces & Personnel Recovery Division. This CSO aims to address future requirements through a structured three-phase competitive process, which includes Solution Briefs, Pitch Sessions, and full written Proposals, although no proposals are being accepted at this time. The CSO is significant for enhancing the capabilities of the Air Force in areas of special operations and intelligence, surveillance, and reconnaissance. Interested parties can find further guidance in the attached documents, with the CSO open for an initial period until September 3, 2026, and no funding currently available for this initiative. For inquiries, contact the USAF Asymmetric Capabilities CSO Group at USAFAsymmetricCapabilitiesCSO@groups.af.mil.
    Counter-small Unmanned Aircraft Systems (C-sUAS) Advanced Precision Kill Weapon System (APKWS) Request for Information (RFI)
    Buyer not available
    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.
    United States Special Operations Command (USSOCOM) small Uncrewed Multidomain Systems (sUMS) Medium Range/Medium Endurance (MR/ME) Event 2026
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking information from qualified sources regarding the development of small Uncrewed Multidomain Systems (sUMS) for the Medium Range/Medium Endurance (MR/ME) Event scheduled for 2026. The procurement aims to explore industry capabilities for MR/ME Uncrewed Aerial Systems (UAS) that meet specific operational requirements, including a maximum weight of 55 pounds, a range of approximately 20 kilometers, and an endurance of at least two hours, while operating effectively in various environmental conditions. This initiative is critical for enhancing the operational capabilities of Special Operations Forces (SOF) and will involve a series of evaluations and demonstrations leading up to the event. Interested manufacturers must submit their responses to the Request for Information (RFI) by December 11, 2025, and can direct inquiries to Nicholas Anderson at nicholas.d.anderson.civ@socom.mil or by phone at 813-826-7137.
    Wave Gliders
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    Basic Unmanned Aerial System
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential vendors regarding the procurement of a Basic Unmanned Aerial System (UAS), specifically a ruggedized, backpack portable quadcopter. The UAS must meet specific requirements, including a minimum flight time of 30 minutes, compliance with the National Defense Authorization Act (NDAA), an Ingress Protection rating of IP53 or better, video recording capabilities, and an integrated Ground Control Station with a display, all within a target price of $12,000 or less. This initiative is crucial for enhancing the FBI's operational capabilities, and interested parties are invited to submit capability statements by December 23, 2025, and direct any questions to Brian Ames at bames@fbi.gov by December 10, 2025.
    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 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.