Amendment 1: Call 001_Air Force - Small UAS & Asymmetric Capabilities - Commercial Solutions Opening
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
Amendment 1 to the Air Force Small UAS & Asymmetric Capabilities Commercial Solutions Opening (CSO) Call 001 clarifies the anticipated contract vehicle and extends the submission deadline. The Department of the Air Force is seeking innovative commercial solutions and technologies for small Unmanned Aircraft Systems (sUAS) and asymmetric mission capabilities. The Government anticipates awarding FAR-based contracts as a result of this Call. Solution Briefs are now due by April 23, 2026.
Purpose & Scope
This Solicitation (Call 001) seeks commercial or non-developmental sUAS solutions at a high technical readiness level. Developmental efforts are not being funded. The primary requirement is for short-range, one-way attack air interdiction sUAS platforms (Group 1, <20 lbs gross weight) that are ground-launched, carry 3+ lbs payload, have a range of 50+ nautical miles, and a terminal speed of 200+ mph. Key capabilities include high-speed, low-altitude flight, Beyond Line-of-Sight (BLOS) operations, effectiveness in Denied, Degraded, Intermittent, or Limited (DDIL) communication environments, low observability, and fire-and-forget autonomy with in-flight targeting and coordination. Solutions should also be containerized for mass fires, support long-range passive sensing, integrate with USAF Special Operations Forces communications, and feature intuitive mission planning software with modular hardware/software integration.
Contract Details
Awards will be FAR-based contracts. Options for additional quantities and support may be included. The Government reserves the right to select all, some, or none of the proposals.
Submission & Evaluation
This call is conducted in three phases:
- Phase 1 Solution Briefs: Due April 23, 2026, submitted as a maximum 12-slide presentation to
usafoffensivesmalluas@groups.af.mil. Submissions should detail launch mechanisms, mass-launch containers, launch rate, operational setup, training, production scalability, passive sensing, DDIL operations, mission planning software, hardware/software integration, test findings, and data rights. No reimbursement for costs. - Phase 2 Pitch Sessions: Expected April 27 - May 1, 2026, for selected vendors.
- Phase 3 Proposals: Invited vendors will submit pricing and technical proposals. Evaluation criteria are detailed in Sections 3.2, 3.3, and 3.4 of the CSO.
Eligibility & Notes
This opportunity is open to both U.S. and international vendors. Awardees must possess a CAGE code and DUNS number or register in SAM.gov. Phase 3 awards may require SECRET level classified access, necessitating a Facility Clearance (FCL) and Personnel Clearances (PCL). Vendors are encouraged to discuss trade-offs for price and design for geographically distributed, scalable manufacturing. Solutions must comply with FY20 NDAA Section 848, FY23 NDAA Section 817, the 2024 American Security Drone Act, and DoD cybersecurity requirements (DoDI 8510.01).
Contact Information
Primary Contact: sUAS Inbox (USAFOffensiveSmallUAS@groups.af.mil)
Secondary Contact: Joseph Alexander (joseph.alexander.13@us.af.mil)
Additional POCs: Lt Kristian Kiburz (kristian.kiburz@us.af.mil), Wendell Toney (wendell.toney.1.ctr@us.af.mil).