Amendment 2: Call 001_Air Force - Small UAS & Asymmetric Capabilities - Commercial Solutions Opening

SOL #: FA8629-25-S-C001(Call-001)Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8629 AFLCMC WISK SOF/PR
WRIGHT PATTERSON AFB, OH, 45433, United States

Place of Performance

Place of performance not available

NAICS

Aircraft Manufacturing (336411)

PSC

Drones (1550)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 19, 2026
2
Last Updated
Apr 14, 2026
3
Submission Deadline
Apr 23, 2026, 8:30 PM

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, AFLCMC WISK SOF/PR, has issued Amendment 2 to Call 001 under the Small UAS & Asymmetric Capabilities Commercial Solutions Opening (CSO). This amendment adds crucial Questions and Answers, clarifying that the Air Force is seeking commercial, non-developmental Group 1 Small Unmanned Aircraft Systems (sUAS) for short-range, one-way attack air interdiction. Awards will be Firm-Fixed-Price (FFP) contracts under FAR Part 12. Phase 1 Solution Briefs are due by April 23, 2026.

Purpose & Scope

This Problem Statement Call (001) aims to acquire innovative, commercially available, or non-developmental UAS solutions at a high technical readiness level. The government will not fund developmental, engineering, or integration efforts. The focus is on Group 1 sUAS platforms for short-range, one-way attack air interdiction, capable of providing low-cost precision effects at scale.

Key Characteristics include:

  • Category: Group 1 sUAS (<20 lbs total gross weight).
  • Performance: Ground-launched, 3+ lbs payload, 50+ nautical miles range, 200+ mph terminal speed, high-speed/low-altitude flight.
  • Operations: Beyond Line-of-Sight (BLOS) support, effective in Denied, Degraded, Intermittent, or Limited (DDIL) communication environments, low observability.
  • Autonomy: Fire-and-forget with mission autonomy, software-defined in-flight targeting, in-flight coordination with other platforms.
  • Deployment: Containerized for mass fires, quick launch.
  • Integration: Desired long-range passive sensing, integration with USAF Special Operations Forces communications networks and situational awareness tools (e.g., ATAK), intuitive mission planning software, modular/warm-swappable hardware/software integration using open interfaces.

Important Clarification: Proposals must offer a fully functional, end-to-end UAS solution. Component producers are encouraged to partner with system integrators. While the 20 lbs weight is desired, the government will evaluate all submissions for best value and may consider solutions that do not meet every single objective if they offer compelling overall value.

Contract Details

  • Type: Firm-Fixed-Price (FFP) contracts under FAR Part 12 (Commercial Products and Commercial Services).
  • Funding: Procurement appropriations. This is explicitly not an Other Transaction (OT) or Small Business Innovation Research (SBIR) action.
  • Set-Aside: None specified. The opportunity is open to both U.S. and international vendors.
  • Compliance: Solutions must adhere to FY20 NDAA Section 848, FY23 NDAA Section 817, the 2024 American Security Drone Act, and DoD Instruction 8510.01 (DoD cybersecurity requirements).

Submission & Evaluation

The process involves three phases:

  1. Phase 1: Solution Briefs:
    • Deadline: April 23, 2026, at 20:30 UTC.
    • Submission: Email a presentation (max 12 slides) to usafoffensivesmalluas@groups.af.mil. The brief 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 incurred.
  2. Phase 2: Pitch Sessions: Expected April 27 - May 1, 2026. Selected vendors from Phase 1 may be invited.
  3. Phase 3: Proposals: Vendors invited after Phase 2 will submit pricing and technical proposals.

Eligibility: Vendors selected for award 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).

Points of Contact

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 14, 2026
Version 2
Solicitation
Posted: Apr 9, 2026
View
Version 1
Solicitation
Posted: Mar 19, 2026
View