C-SUAS Equipment
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 97th Contracting Squadron, Altus Air Force Base, Oklahoma, intends to issue a Request for Quote (RFQ) for the acquisition of Counter-small Unmanned Aircraft Systems (C-sUAS) equipment. This requirement includes a funded CLIN and a second unfunded CLIN for an option to purchase additional equipment by July 1, 2026, should funding become available. This is a 100% Small Business Set-Aside under NAICS code 334511. Questions and offers are due by May 6, 2026, 11:00 AM CST.
Scope of Work
The acquisition is for C-sUAS capability for the 97th Security Forces at Altus AFB, Oklahoma. It is a brand name or equal requirement, with preferred products being DroneShield brand. Products must meet the characteristics listed in Attachment 1 - Salient Characteristics. Specific items include:
- Funded Items: 1 Immediate Response Kit (DS-119), 1 Magnetic Antenna Kit Wideband (DS-146), 1 Rugged Tablet for C2 Tactical (DS-121), and 1 C2 Tactical Configuration (DS-121A).
- Unfunded Items (Option): 1 Immediate Response Kit (DS-119), 1 Magnetic Antenna Kit Wideband (DS-146), 1 Rugged Tablet for C2 Tactical (DS-121), and 1 C2 Tactical Configuration (DS-121A).
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 334511 (Radar Equipment, Except Airborne) with a 1350 employee size standard.
- Place of Performance: Altus AFB, Oklahoma.
- Published Date: April 7, 2026.
- Questions Due: May 6, 2026, 11:00 AM CST.
- Offers Due: May 6, 2026, 11:00 AM CST.
Evaluation Factors
Award will be made to the responsible offeror whose quote is most advantageous, considering price and technical factors. The Government reserves the right to award to an offeror other than the lowest bidder for a higher quality item.
- Factor 1 - Price: Evaluation will include the total of BOTH the funded and unfunded CLINs.
- Factor 2 - Technical: Quotes will be rated as "acceptable" or "unacceptable" based on whether the proposed item meets all requirements outlined in Attachment 1 - Salient Characteristics. Technical submissions must be clear, concise, and provide sufficient detail to substantiate claims.
Submission Requirements
Offerors must submit both price and technical proposals electronically via email to Jarrod.Ford@us.af.mil and 97CONF.PKA.Contracting@us.af.mil. Price submissions must use page 3 of the Combined Synopsis/Solicitation and include both Funded and Unfunded CLINs. Technical submissions must be separate documents demonstrating compliance with Salient Characteristics. Offerors must ensure their SAM.gov registration and representations/certifications (FAR 52.212-3) are updated; failure to obtain SAM registration may result in submissions not being considered.