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
    UAS Drone Blue Cleared or Select lists compliant BPA
    Dept Of Defense
    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.
    FPV Drone Package
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a FPV Drone Package through a Combined Synopsis/Solicitation notice. This procurement is aimed at acquiring a comprehensive package of drone parts, which are essential for enhancing unmanned aircraft capabilities within military operations. The contract is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in defense contracting. Interested vendors can reach out to Akaninyene Udoeyop at 346-280-3164 or via email at akaninyene.j.udoeyop.mil@army.mil for further details regarding submission requirements and deadlines.
    Industry Day FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is hosting an Industry Day in February 2026 to engage small business vendors for a Blanket Purchase Agreement (BPA) focused on Small Unmanned Aircraft Systems (sUAS). The procurement aims to acquire sUAS compliant with the Blue UAS Cleared or Select Lists, along with repair parts, sustainment support, and technical expertise for these systems. This initiative is crucial for enhancing the operational capabilities of the military through advanced drone technology. Interested vendors must respond with company information and authorization documentation, and participation requires two forms of government-issued identification. For further inquiries, vendors can contact Justin C. Gould at justin.c.gould5.mil@army.mil or Nataly Johnson at nataly.l.johnson.mil@army.mil.
    sUAS Group 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotes for the procurement of 225 Small Unmanned Aerial Systems (sUAS) under Solicitation W911S226QDRNE, which is set aside exclusively for small businesses. The required sUAS must meet specific minimum salient characteristics, including a quadcopter design, a minimum range of 1 kilometer, a flight time of at least 30 minutes, an 8-inch propeller size, and must include a remote control, rechargeable batteries, and Wi-Fi connectivity. This procurement is crucial for enhancing operational capabilities within military operations, and interested vendors must submit their quotes by December 19, 2025, with questions due by December 17, 2025, directed to SFC Cory Palletti at cory.b.palletti2.mil@army.mil or Justin C. Gould at justin.c.gould5.mil@army.mil.
    Underwater Drone
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide underwater drones as part of a procurement initiative aimed at enhancing hydrological data collection capabilities. The requirement includes five autonomous underwater/surface vehicles (AUV/ASV) capable of conducting various measurements, such as conductivity, temperature, and depth (CTD), along with additional data on current vectors and wave heights. These drones will play a crucial role in environmental monitoring and research, supporting the USGS's mission to provide reliable scientific information. Interested parties must submit their quotes in response to Solicitation Number 140G0125Q0210, which will be issued on or about December 16, 2025, with bids due by December 29, 2025. For further inquiries, vendors can contact Rafael Anderson at rlanderson@usgs.gov.
    Level III Small Unmanned Aircraft Systems
    Homeland Security, Department Of
    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.
    Tiny Whoop Trainer FPV (Drone) Package
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotations for a Tiny Whoop Trainer FPV (Drone) Package, which includes FPV goggles, drones, batteries, chargers, and antennas. This procurement is a Total Small Business Set-Aside, emphasizing the need for new equipment only, and requires that quotes remain valid for 90 days with Net 30 payment terms. The goods are essential for training purposes within military operations, enhancing the capabilities of unmanned aircraft systems. Interested vendors should submit their proposals through the PIEE Solicitation module, and for further inquiries, they can contact Akaninyene Udoeyop at akaninyene.j.udoeyop.mil@army.mil.
    Drone Dominance Program Phase I - Request for Solutions
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is initiating the Drone Dominance Program Phase I, a solicitation aimed at acquiring one-way attack small unmanned aerial systems (sUAS) to enhance ground combat capabilities. This program seeks to provide low-cost, scalable drone solutions that are resilient and capable of meeting the evolving demands of modern warfare, addressing historical challenges in traditional acquisition timelines. The initiative represents a significant shift in procurement strategy, focusing on purchasing demonstrated capabilities through competitive Gauntlet test events, with a total funding of $1.1 billion allocated for prototype orders over four phases in the next two years. Interested vendors can reach out to primary contact Jordan Schnarr at jordan.m.schnarr.civ@us.navy.mil or secondary contact Alex Collier at alex.o.collier.civ@us.navy.mil for further details on participation and requirements.
    W912EE26RA006 - Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract (MATOC) focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. The procurement aims to secure fully operated dredging services, including the necessary personnel and equipment, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. This contract is crucial for maintaining navigable waterways and supporting civil engineering projects, with an estimated contract capacity of $99.5 million over a five-year period. Interested vendors should note that the solicitation is expected to be released around January 2026, with proposals due in February 2026, and can contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further information.
    Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system
    Dept Of Defense
    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.