Drone Detection System, Sault Sainte Marie, MI
ID: W911XK25QA012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST DETROITDETROIT, MI, 48226-5000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is seeking proposals for a Drone Detection System to be delivered to the Soo Project Office in Sault Sainte Marie, Michigan. The procurement requires the provision of new serviceable units and professional services that comply with OSHA and USACE guidelines, with a focus on a system capable of quickly detecting and tracking drones and their controllers using advanced spectrum sensing and software-defined radio technology. This initiative is critical for enhancing security measures and operational effectiveness in drone management, with a contract expected to be awarded based on the lowest priced compliant offer. Interested vendors, particularly those classified as Small Disadvantaged Businesses, must submit their quotes electronically by May 16, 2025, at 2:00 PM Eastern, and can direct inquiries to Marna Rockwell at marna.l.rockwell@usace.army.mil or Michelle Barr at michelle.barr@usace.army.mil.

    Files
    Title
    Posted
    The Women-Owned Small Business (WOSB) solicitation details a Request for Quotation (RFQ) by the U.S. Army Corps of Engineers, Detroit District, for a Drone Detection System. The project requires the provision of new serviceable units and professional services that comply with OSHA and USACE EM guidelines. The RFQ invites interested vendors, particularly those classified as Small Disadvantaged Businesses, to submit proposals for delivering products to the Soo Project Office in Sault Sainte Marie, MI, with a due date of May 20, 2025. Key requirements include a system capable of quickly detecting and tracking drones and controllers, utilizing spectrum sensing and software-defined radio technology, with real-time location display and analysis capabilities. The selected contractor will be awarded a Firm-Fixed Price contract based on the lowest compliant offer. Additionally, proposals must adhere to federal acquisition regulations, register in the System for Award Management (SAM), and comply with specified contract terms and conditions. The emphasis on detailed specifications and compliance underlines the government's commitment to secure and effective drone detection technologies.
    This document outlines an amendment to an existing governmental solicitation, extending the deadline for offers and providing responses to requests for information (RFI). It specifies the procedures for offerors to acknowledge receipt of the amendment to avoid rejection of submissions received past the expected deadline. Key details include confirmation that the response date remains unchanged—May 16, 2025, at 2:00 PM (Eastern), and several questions from prospective contractors are addressed, including delivery timelines, installation locations, and eligibility criteria for participation in the contract. The amendment emphasizes that the solicitation is set aside for small disadvantaged businesses based on prior market research. The terms and conditions of the original document remain unchanged except for what is specified in the amendment. Overall, the document maintains clarity and formal structure, which is typical for government RFP processes, ensuring transparency and compliance with regulations throughout the solicitation process.
    The document is an amendment to a federal solicitation regarding a procurement project. It outlines the procedures for acknowledging receipt of the amendment and extensions related to offer submissions. The key focus is on clarifying responses to several Requests for Information (RFIs) concerning the solicitation. Notably, the responses address critical components such as the estimated delivery timeframe, which is 4-6 weeks post-award, the due date for the Request for Quote (May 16, 2025, at 2:00 PM ET), and details about the desired coverage area of approximately 110 acres. Additional clarifications include the availability of installation locations provided by the U.S. Army Corps of Engineers (USACE), and the status of the project as one set aside for small disadvantaged businesses based on market research. Overall, the amendment serves both to officially extend timelines and to provide comprehensive answers to potential bidders, ensuring transparency and clarity in the procurement process while maintaining compliance with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Prescribe Fire Drone with Thermal Camera
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Prescribe Fire Drone equipped with a thermal camera, as outlined in a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses under the SBA guidelines and falls under the Aircraft Manufacturing industry (NAICS code 336411), with a focus on unmanned aircraft (PSC code 1550). The drone is intended to enhance fire management operations, providing critical aerial support for prescribed burns. Interested vendors should note that the solicitation has been cancelled, and a new solicitation number W911S226U2251 will be issued. For further inquiries, Mark Luttrell can be contacted at mark.j.luttrell.civ@army.mil or by phone at 726-780-0503.
    GLRI-Monguagon Creek-Upper Trenton Channel (MCUTC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Detroit District, is conducting market research for the GLRI-Monguagon Creek-Upper Trenton Channel (MCUTC) project, which involves mechanical dredging and placement construction services for contaminated sediment in Riverview, Michigan. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to mechanically dredge and remove contaminated sediment, with anticipated placement in the Pointe Mouillee Confined Disposal Facility. This project is significant for environmental remediation efforts and is estimated to have a construction value between $10 million and $20 million, with a contract expected to be awarded in April/May 2026. Interested firms should submit their capabilities by December 10, 2025, to the designated contacts, Marna Rockwell and Lisa May, via the provided email addresses.
    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.
    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.
    Air Station Detroit Fire Suppression System Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire alarms and suppression systems at Air Station Detroit, located at Selfridge ANGB in Michigan. This procurement involves a request for quotation (RFQ) under solicitation number 70Z03026QCLEV0006, which requires compliance with the attached Statement of Work (SOW) and is aimed at ensuring the operational readiness and safety of critical fire control equipment. The solicitation will be conducted through an online competitive reverse auction facilitated by Unison Marketplace, where interested sellers must submit their bids electronically. For further inquiries, vendors can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243, with all bids due by the specified deadline.
    Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking sources for an Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system intended for Foreign Military Sales (FMS) to Egypt. The procurement aims to identify qualified vendors capable of providing a SIGINT system that can detect, geo-locate, and intercept various communication devices, including push-to-talk radios, satellite phones, and cellular phones, all while mounted on an aircraft operating at altitudes up to 7,000 meters. This system is crucial for enhancing border security and anti-terrorism efforts for partner nations. Interested parties must submit their capabilities and Rough Order of Magnitude (ROM) pricing by 4:00 p.m. Eastern Standard Time on December 18, 2025, to the primary contact, Thien-Trang T. Tran, at thien-trang.t.tran.civ@army.mil.
    X10 Drone Multi-Viewer Live Streaming
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source purchase order for Skydio Multi-Viewer Live Streaming services for X10 Drones to Skydio, Inc. This procurement is necessary due to the proprietary nature of Skydio's software, which is essential for enabling the video streaming capabilities of their drones, making them the only available source for this requirement. The total value of the acquisition is $84,000, covering the period from October 1, 2025, to October 1, 2026, and interested vendors may submit capability statements to the primary contact, Robert Radke, at robert.j.radke@dea.gov, by the specified archive date. This notice serves as a special notice and is not a request for competitive quotations, as the government reserves the right to determine the necessity of competition based on the responses received.
    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.