DRAFT RFP/FOPR Force Protection Counter-small Unmanned Aircraft Systems (C-sUAS) Sustainment, Engineering, & Integration Services (SEIS)
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 United States Air Force (USAF), specifically AFLCMC/HBUK at Hanscom AFB, MA, has issued a DRAFT Request for Proposal (RFP) and Fair Opportunity Proposal Request (FOPR) for Force Protection Counter-small Unmanned Aircraft Systems (C-sUAS) Sustainment, Engineering, & Integration Services (SEIS). This presolicitation seeks industry feedback on draft requirement documents for a future Total Small Business Set-Aside Indefinite Delivery / Indefinite Quantity (IDIQ) contract and an initial task order. Responses are due by March 16, 2026, at 10:00 AM EST.
Purpose & Scope
The primary purpose is to gather questions, comments, and concerns from industry on the draft documents to inform the final solicitation. The USAF aims to identify qualified vendors for C-sUAS integration, development, training, and sustainment services, focusing on defending critical assets against Group 1-3 UAS threats. This effort will lead to a SEIS IDIQ contract vehicle and an initial task order (TO-1).
Requested Feedback
Vendors are encouraged to provide feedback using a Comment Resolution Matrix (CRM) on the following draft documents:
- Draft IDIQ Performance Work Statement (PWS): Scope and clarifications.
- IDIQ Contract Gating Criteria: Ability to meet criteria with supporting artifacts.
- Draft Task Order-1 (TO-1): Scope, potential risks, transition timelines (warehouse, FSR support, software team), issues with specific systems, Contract Data Requirements Lists (CDRLs), Data Item Descriptions (DIDs), labor categories, and CLIN structure.
- Section L&M: All elements, with particular interest in the self-scoring matrix for TO-1 evaluation.
Submission Instructions
Responses must be submitted in writing, not exceeding 20 pages, plus a one-page cover letter (total 21 pages). Submissions should be organized according to the instructions in the RFI document. Electronic mail submissions are required to Mr. Robert Gill (robert.gill.12@us.af.mil), Ms. Kristen Rienzo (kristen.rienzo@us.af.mil), and Captain Adam Factor (adam.factor.1@us.af.mil). Vendors requesting access to CUI documents will undergo vetting by the ESS security office.
Contract & Timeline
- Opportunity Type: Presolicitation (DRAFT RFP/FOPR / RFI)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J063 (Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems)
- Place of Performance: Hanscom AFB, MA
- Response Due: March 16, 2026, 10:00 AM EST
- Published Date: February 9, 2026
Disclaimer
This Request for Information (RFI) is solely for informational and planning purposes and does not constitute a solicitation. Responses are not offers and cannot be accepted by the Government to form a binding contract. The Government will not provide reimbursement for any information submitted.