Force Protection Counter-small Unmanned Aircraft Systems (C-sUAS) Sustainment, Engineering, & Integration Services (SEIS)
ID: 10172025Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2381 FORCE PROTECTION AFLCMC/HBUKHANSCOM AFB, MA, 01731, USA

NAICS

Aircraft Manufacturing (336411)

PSC

UNMANNED AIRCRAFT (1550)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking qualified vendors to provide sustainment, engineering, and integration services for Counter-small Unmanned Aircraft Systems (C-sUAS). The primary objectives of this Request for Information (RFI) are to assess market capabilities, identify vendors capable of meeting contract gating criteria, and evaluate the potential for an Indefinite Delivery Indefinite Quantity (IDIQ) contract strategy to fulfill USAF requirements. This initiative is crucial for defending critical assets against various UAS threats, which range from commercial to military-grade systems. Interested parties are encouraged to submit their responses by November 14, 2025, to the designated contacts, including Robert Gill and Kristen Rienzo, via electronic mail.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for contractors to provide comprehensive lifecycle support for the Air Force Life Cycle Management Center, Force Protection Division (AFLCMC/ESS) Counter-small Unmanned Aircraft Systems (C-sUAS) program. This includes development, integration, test, procurement, fielding, training, maintenance, and sustainment of C-sUAS equipment and systems. Key areas of support encompass capability development and enhancement, system procurement, integration of new hard-kill systems, sustainment (including warehousing, inventory, and software updates), program management, Government Furnished Property (GFP) management, and stringent security protocols. The contractor is responsible for transitioning existing work, ensuring operational availability across CONUS and OCONUS locations, and complying with all federal, state, and local laws, as well as Air Force security and safety regulations.
    This Statement of Work (SOW) outlines requirements for Force Protection Counter-small Unmanned Aircraft Systems (C-sUAS) Engineering & Sustainment Services for the Air Force Life Cycle and Management Center, Force Protection Systems Division (AFLCMC/ESS). The scope covers the ongoing development, integration, installation, and sustainment of the Medusa System of Systems (SoS), including software upgrades, new capability integration, and all necessary fielding, maintenance, and sustainment activities. Key contractor responsibilities include program management, digital program support, system planning and installation, capability development, integration, test and evaluation, cybersecurity, and comprehensive sustainment support. The SOW emphasizes compliance with various federal, state, and local regulations and standards, ensuring operational availability for C-sUAS equipment. It also details the transition processes for both ramp-up and close-out of the contract.
    This document provides supplemental information for an acquisition effort related to Counter-small Unmanned Aircraft System (C-sUAS) sustainment and equipment installation. It details the number of sites requiring full-time FSR and flyout support across various MAJCOMs (NORTHCOM, PACAF, AFCENT, USAFE) over a base year and four option years, with total sites increasing annually. The document also outlines the quantity of C-sUAS equipment installations per MAJCOM and year, noting that installations typically take two weeks with four contractor personnel. A draft list of supported C-sUAS equipment from various vendors is provided, alongside staffing for software scrum teams and additional software details, including user station, server, pipeline, development environment, messaging, middleware, and functional components.
    This government file provides supplemental information for an acquisition effort related to Counter-small Unmanned Aircraft Systems (C-sUAS) sustainment and equipment. It details the number of full-time FSR (Field Service Representative) and flyout support sites across various commands (NORTHCOM, PACAF, AFCENT, USAFE) over a base year and four option years, with total sites increasing annually. The document also lists the quantity and location of C-sUAS equipment installations, specifying base year and subsequent year deployments. A draft list of equipment to support is provided, including systems from vendors like SRC, Echodyne, Zone 5, Fortem, DRS Rada, BRSC, and Perceptview. Furthermore, it outlines the software team's effort in terms of 4-person equivalent scrum teams per year and details additional software components, including user station and server specifications, development environments, messaging, and functional components like WinTAK and the Multi-Hypothesis Fusion Engine.
    The U.S. Air Force Counter-small Unmanned Aircraft Systems (C-sUAS) Request for Information (RFI) aims to identify qualified vendors for C-sUAS integration, development, training, and sustainment services. The RFI seeks to understand market capabilities, assess vendor eligibility against contract gating criteria, and evaluate an IDIQ contract strategy. The USAF's mission is to defend critical assets from Group 1-3 UAS threats, which vary in size, speed, and operating altitude, ranging from commercial to military-grade. Vendors are requested to provide information on their company's experience, technical proficiencies in areas like software development, cyber security, and logistics, and to offer feedback on the draft Performance Work Statement and Task Order-1 scope. Submissions are due by November 14, 2025, and this RFI is for informational and planning purposes only, not a solicitation.
    The U.S. Air Force Counter-small Unmanned Aircraft Systems (C-sUAS) office (AFLCMC/ESSK) has issued a Request for Information (RFI) to understand the market for C-sUAS integration, development, training, and sustainment services. The RFI aims to identify qualified vendors, assess their ability to meet contract gating criteria, and gauge their interest in an initial task order. The mission is to defend critical assets from Group 1-3 UAS threats, which vary in size, speed, and operating altitude, ranging from commercial to military-grade. The RFI details basic information requirements, contractor proficiencies in technical, cyber, and logistics areas, and requests feedback on a draft Performance Work Statement and Gating Criteria. Vendors are also asked to provide feedback on a draft Task Order-1 scope, including technical data needs, risks, and transition timelines. Submissions are due by November 21, 2025, and are solely for informational and planning purposes, not constituting a solicitation.
    Similar Opportunities
    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.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation, identified as RFP No. 70RDA226R00000001. This procurement aims to establish a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, to provide C-UAS capabilities that address the evolving threats posed by unauthorized unmanned aircraft systems. The contract is divided into two tracks: Track 1 focuses on Hardware/Software and Ancillary Services, while Track 2 encompasses Comprehensive Services, including turnkey solutions and system integration. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.
    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.
    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.
    Drone Dominance Program - Request for Information
    Buyer not available
    The Department of Defense, through the Department of the Navy's NSWC Crane, is issuing a Request for Information (RFI) for its Drone Dominance Program, aimed at enhancing the production of low-cost small unmanned aerial systems (sUAS) for One-Way Attack (OWA) missions. The program seeks to rapidly scale the manufacturing of U.S.-made sUAS to support warfighting capabilities, with a planned investment of $1 billion in fixed-price orders over four phases within the next two years, utilizing 10 U.S.C. 4022. This initiative is critical for ensuring that every warfighter has access to affordable and effective sUAS, thereby strengthening the U.S. industrial base. Interested vendors are encouraged to respond to the RFI by submitting their insights on production challenges and capabilities via a standardized online form, with responses due by December 17, 2025, and the first phase of the Gauntlet challenge set to commence on February 16, 2026.
    Q&A Responses for Software - Small Uncrewed Aerial System (sUAS) Capabilities
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Q&A session related to the development of software for Small Uncrewed Aerial Systems (sUAS) capabilities. This initiative aims to integrate a software stack via a Software Development Kit (SDK) into sUAS platforms, with a focus on establishing a standard interface protocol for autopilot and autonomy integrations while adhering to domestic sourcing requirements aligned with the DoD's "Buy American" initiatives. The Air Force will provide Concepts of Operation (CONOPS) and Interface Control Documents (ICDs) in future solicitations, which will allow for innovation within American sourcing constraints, and emphasizes the importance of anti-tamper measures. Interested parties can reach out to Marissa Greenleaf at marissa.greenleaf@us.af.mil or Jesse Cooley at jesse.cooley.1@us.af.mil for further information.
    Cornerstone OTA CS-26-1501 40mm Counter Unmanned Aerial System (CUAS)
    Buyer not available
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a competitive Cornerstone Initiative Request (CIR) for the development of a 40mm Counter Unmanned Aerial System (CUAS). The objective is to integrate advanced proximity sensing fuze technology into programmable air burst cartridges for the MK19 grenade launcher, creating a comprehensive system for countering small UAS threats, which includes detection, tracking, targeting, and defeat functionalities. This initiative is crucial for enhancing the U.S. Manufacturing and Defense Industrial Base, and interested parties must be members of the Cornerstone consortium to participate, with a proposal submission deadline expected 30 days after the CIR issuance on or after November 25, 2025. For inquiries and registration information, interested entities should contact the Cornerstone OTA mailbox at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    Space Command and Control (C2) Project Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) for the Space Command and Control (C2) Project, aimed at supporting potential Foreign Military Sales to the Canada Department of National Defence. This initiative seeks to gather information on capabilities and pricing for a System of Systems (SoS) that will enable Canada to effectively ingest, process, and disseminate space data across various classification levels, with a focus on data management, analytics, visualization, and interoperability with allied systems. The project is critical for addressing the current fragmentation in tools used by the Canadian Armed Forces and managing the increasing volume of space data, ensuring solutions are resilient and scalable. Interested parties are encouraged to submit their responses by December 12, 2025, and can reach out to SSC IA Market Research at ssc.iaf.marketresearch@spaceforce.mil for further inquiries.
    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.