Counter-Unmanned Aircraft Systems International Field Services & Support
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 Army is conducting market research through a Sources Sought Notice (SSN) for vendors capable of providing Counter-Unmanned Aircraft Systems (C-UAS) Field Services & Support both CONUS and OCONUS. This SSN aims to identify industry capabilities for supporting the Portfolio Acquisition Executive (PAE) Fires C-UAS Product Office. Responses are due March 18, 2026.
Scope of Work
The requirement is for highly skilled Field Service Representatives (FSRs) to support a System of Systems (SoS) approach for C-UAS operations. Key areas include:
- Technical Field Support: On-site FSRs with expertise in RF detection, radar, EO/IR tracking, kinetic/non-kinetic defeat mechanisms, and C2 integration for system sustainment, diagnostics, repair, and interoperability engineering.
- Training and Capacity Building: Delivery of Operator and Maintainer Training for host nation personnel, including Train-the-Trainer programs.
- Logistics and Lifecycle Support: Sustainment planning, spare parts provisioning, international shipment coordination, customs clearance, ITAR adherence, and software/firmware updates.
- Operational Coordination and Advisement: In-country program representation, liaison to U.S. country teams and Combatant Command units, and mission planning/review assistance.
Contract & Timeline
- Type: Sources Sought Notice (SSN) for market research.
- Set-Aside: None specified.
- Response Due: March 18, 2026, by 12:00 PM CST.
- Published: March 9, 2026.
- Anticipated RFP Release: 2nd Quarter FY26.
- Anticipated Contract Award: 2nd Quarter FY27.
Submission Requirements
Interested vendors must submit one (1) Capabilities Brief addressing proposed services, partnerships, and a point of contact. The brief must be:
- Unclassified, in PowerPoint (PDF format).
- Limited to five (5) content slides (plus cover/contact pages).
- Address company mission, core competencies, past performance in expeditionary/coalition environments, readiness for international deployments, experience with SoS C-UAS platforms, FSR deployment capabilities, and global deployment experience.
Additional Notes
This notice is for information and planning only and does not constitute a solicitation or commitment to contract. The Government will not pay for response costs. The anticipated System of Systems includes components like Coyote Block 2 & 3, Road Runner Interceptor, CUAEWS, Pulsar, KuRFS, RPS-42/82/92, Integrated Battle Command System - Maneuver, Nighthawk, Dronehunter, Titan, and 30mm Remote Weapon Station. FSR training verification and certification validation will occur at Fort Sill, Oklahoma. Questions must be submitted in writing via email to the specified contacts.