AUTOMATED COUNTER-UAS EXPEDITIONARY SOLUTIONS (ACES)_RFI
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force (AFRL/RSC) has issued a Request for Information (RFI) for Automated Counter-UAS Expeditionary Solutions (ACES). This RFI seeks to identify potential industry and academic partners with mature or rapidly maturing solutions for a low-cost, rapidly fieldable, and fully automated end-to-end Counter-UAS (C-UAS) system. The goal is to address the significant and growing threat posed by small, low-cost Unmanned Aerial Systems (UAS) to military and civilian assets. Responses are due by 4:00 PM Eastern Time, April 7, 2026.
Scope of Work
The RFI focuses on solutions capable of performing the "detect-to-defeat" sequence with minimal human intervention, providing robust, 24/7 point-defense against individual and swarming Group 1 and 2 UAS threats in complex environments. Key desired system attributes include:
- Automated End-to-End Kill Chain: Detect, track, identify, prioritize, and defeat targets.
- Multi-Modal Sensing: Utilizing EO/IR, RF, acoustic, and radar technologies.
- Automated Command and Control (C2): Incorporating AI/ML capabilities.
- Low-Cost Defeat Mechanism: Both kinetic and non-kinetic options.
- Rapid Deployment & Usability: Small footprint, setup in under 1 hour, simple user interface.
- Open System Architecture.
Contract & Timeline
- Type: Special Notice (Request for Information - RFI)
- Published: March 24, 2026
- Response Due: April 7, 2026, 4:00 PM ET
- Set-Aside: None specified; broad industry participation (U.S. and non-U.S. firms) is encouraged.
- Product Service Code: AC13 (National Defense R&D Services; Department Of Defense Military; Experimental Development)
Submission & Evaluation
Responses are for informational purposes only and do not constitute a solicitation or commitment to award a contract. Submissions are limited to 6 pages (standard letter-size, Calibri 10-point font or larger) and should include:
- Company information (name, address, POC, CAGE, URL, business size, ownership, prime/subcontractor interest, current contract performance).
- Details on Company/Capability Overview, Technical Approach (detection, C2, defeat), System Performance (range, timeline, multi-target handling), Maturity and Readiness (TRL, testing), Cost and Affordability (ROM costs, cost-per-engagement), and Fielding & Logistics (SWaP-C, setup/teardown, skill level).
- Proprietary data must be clearly marked.
Additional Notes
Prospective contractors must be registered in the System for Award Management (SAM) database. Responses will not be compensated, and submitted documentation becomes U.S. Government property. The government may contact respondents for clarification. Updates will be posted on SAM.gov.