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) Draft Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking industry partners for the Counter-Unmanned Aircraft Systems (C-UAS) Draft Solicitation, aimed at acquiring solutions to detect, track, identify, and mitigate unmanned aircraft system (UAS) threats. This procurement will establish a department-wide contract that allows various DHS components, including Customs and Border Protection (CBP), Coast Guard, and Secret Service, to directly order C-UAS technologies, divided into two tracks: Track 1 for Hardware/Software and Ancillary Services, and Track 2 for Comprehensive Services, including system integration and R&D support. The contract is critical for enhancing national security and operational effectiveness against UAS threats, with a final solicitation expected to be released on November 12, 2025, and awards anticipated by December 15, 2025. Interested parties can submit comments and questions regarding the draft solicitation to Leslie Kenser and Bjorn Miller by November 4, 2025, and are encouraged to participate in the Virtual Industry Day on November 6, 2025.
    eDiscovery Software Solution for USACE
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking information from industry regarding the provision of a cloud-based eDiscovery Software as a Service (SaaS) solution for its Corps of Engineers Automated Legal System (CEALS). The anticipated contract will require a web-based platform that meets Defense Information Systems Agency (DISA) cybersecurity accreditation at FedRAMP IL4, IL5, and IL6 levels, and must support approximately 725 personnel in various legal and administrative actions, with advanced functionalities such as data processing, integration with existing systems, and AI-driven review capabilities. Interested vendors are invited to submit a capability package by 10:00 AM ET on November 14, 2025, to the primary contacts, Giorgiana Chen and Doug Pohlman, via the provided email addresses. This sources sought announcement is part of market research and does not constitute a commitment by the Government to award a contract.
    Counter-Unmanned Aircraft Systems International Field Services & Support
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors to provide International Field Services and Support for the Counter-Unmanned Aircraft Systems (C-UAS) program. The procurement aims to identify capable vendors who can deliver technical field support, training, logistics, and operational coordination in complex international environments, ensuring the effective integration and sustainment of C-UAS capabilities. This initiative is critical for maintaining operational readiness against unmanned aerial threats and enhancing interoperability with allied forces. Interested vendors must submit a Capabilities Brief by 12:00 PM CST on November 21, 2025, to the primary contact, Myron Childress, at myron.p.childress.civ@army.mil, with a copy to the contracting officer, Michael J. Wastella, at michael.j.wastella.civ@army.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 a Request for Information (RFI) to explore the availability and technological capabilities of vendors for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) sUAS Program. The RFI seeks solutions that demonstrate high Manufacturing Readiness Level (MRL) and Technology Readiness Level (TRL), with key capabilities including FAA compliance, minimal personnel requirements, autonomy, AI/machine learning integration, and interoperability with existing systems. Responses to this RFI, which is intended for informational and planning purposes only and does not guarantee a contract award, are due by December 12, 2025, and interested vendors should direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    UMRB - Plains Snow and Soil Moisture Monitoring Network
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Omaha District, is planning to issue a Request for Quote for the establishment of the Upper Missouri River Basin Plains Snowpack and Soil Moisture Monitoring Network. This initiative aims to create a network of monitoring stations across Wyoming, Montana, and South Dakota to assess snowpack and soil moisture, with an estimated site density of one station every 500 square miles, requiring upgrades to existing sites and installation of new equipment at approximately 162 additional locations. The selected contractors, the University of Wyoming, University of Montana, and South Dakota State University, possess the necessary expertise and infrastructure to manage this project effectively, ensuring data integrity and operational efficiency. Interested parties may submit capability statements or quotes for consideration, with the anticipated award date set for December 15, 2025. For further inquiries, contact Nadine Catania at nadine.l.catania@usace.army.mil or Karen Caskey at Karen.l.caskey@usace.army.mil.
    eDiscovery Software Solution for USACE
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking information from industry regarding the procurement of a cloud-based eDiscovery Software as a Service (SaaS) solution for its Automated Legal System (CEALS). This solution is intended to support approximately 725 legal and non-legal personnel in managing electronic data for various litigation and administrative actions, requiring capabilities such as cybersecurity accreditation, advanced processing features, and integration with existing systems. Interested vendors are invited to submit a capability package by 10:00 AM ET on November 14, 2025, to the primary contact, Mrs. Giorgiana Chen, at Giorgiana.Chen@usace.army.mil, or Mr. Douglas E. Pohlman at Douglas.E.Pohlman@usace.army.mil, with a focus on demonstrating their technical capabilities and past performance in similar projects.
    Mississippi Valley Division Civil Works Areas of Interest Commercial Solutions Openings
    Buyer not available
    The Department of Defense, through the Mississippi Valley Division (MVD) of the U.S. Army Corps of Engineers (USACE), is issuing a Commercial Solutions Opening (CSO) to solicit innovative commercial products, technologies, and services aimed at addressing various challenges in civil works. The primary objectives include maintaining navigation channel dimensions, improving materials and repair methods for navigation structures, and enhancing sedimentation prediction modeling, among others. These solutions are critical for ensuring efficient navigation, flood risk management, and overall project delivery in the region. Interested parties should submit a three-page solution brief by December 5, 2025, with potential contract awards anticipated by January 30, 2026. For further inquiries, contact Whitney Dee at Whitney.R.Dee@usace.army.mil or Catherine Hansen at catherine.a.hansen@usace.army.mil.
    ToolCat 5600
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is seeking quotes for the procurement of a new utility work machine, specifically a Bobcat UW56, along with a Deluxe Road Package and various attachments, to replace an aging ToolCat 5600. This acquisition is a total small business set-aside and will be awarded as a Firm-Fixed Price contract to the lowest-priced responsible offeror that meets the specified requirements, which include detailed technical specifications for the machinery. The delivery location is in Sault Sainte Marie, Michigan, with a deadline for delivery set at 120 days post-award, and quotes are due by November 28, 2025, at 2:00 PM Eastern Time. Interested parties should direct inquiries to Michelle Barr at michelle.barr@usace.army.mil and ensure compliance with all solicitation requirements, including acknowledgment of any amendments.
    Force Protection Counter-small Unmanned Aircraft Systems (C-sUAS) Sustainment, Engineering, & Integration Services (SEIS)
    Buyer not available
    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 Group 1-3 UAS threats, which can range from commercial to military-grade systems. Interested parties are encouraged to submit their responses by November 21, 2025, to the designated contacts, including Robert Gill at robert.gill.12@us.af.mil and Kristen Rienzo at kristen.rienzo@us.af.mil, as this RFI is intended for informational and planning purposes only.
    Mass Assembly Exter
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking sources for the procurement of the Mass Assembly Exter, specifically an External Sensors Mast Assembly used in the Man Transportable Robotics System Increment II (MTRS Inc. II). The procurement involves a base period quantity of 10 units, with an option for an additional 10 units, and requires qualification testing and evaluation to become an approved source, as there is no Technical Data Package (TDP) available. Interested parties should note that source approval does not guarantee business but allows for competition in future solicitations. For further information, potential vendors can contact Stacy M. Johnson at stacy.m.johnson@dla.mil or by phone at 586-747-4511.