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, 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 is a Total Small Business Set-Aside opportunity seeking industry feedback on draft requirement documents for an upcoming IDIQ contract. Responses are due March 16, 2026, at 10:00 AM EST.
Purpose
This DRAFT RFP/FOPR serves as a Request for Information (RFI) to gather questions, comments, and concerns from industry on draft requirement documents for C-sUAS SEIS. The USAF aims to understand the market, identify qualified vendors for a Sustainment, Engineering and Integration Support (SEIS) Indefinite Delivery / Indefinite Quantity (IDIQ) contract vehicle, and gauge vendor potential for an initial task order. The C-sUAS mission involves defending critical assets against Group 1-3 UAS threats.
Requested Feedback
Vendors are encouraged to provide feedback using a Comment Resolution Matrix (CRM) on the following attached documents:
- Draft IDIQ PWS: Scope and clarifications.
- IDIQ Contract Gating Criteria: Ability to meet criteria with supporting artifacts.
- Draft Task Order-1 (TO-1): Scope, risks, transition timelines (warehouse, FSR support, software team), issues with specific systems, CDRLs, DIDs, labor categories, and CLIN structure.
- Section L&M: All elements, with particular interest in the self-scoring matrix for TO-1 evaluation. Access to CUI documents will be vetted through the ESS security office.
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 document instructions and sent via electronic mail 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).
Contract & Timeline
- Type: Presolicitation / Request for Information (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)
- Response Due: March 16, 2026, at 10:00 AM EST
- Published: February 20, 2026
- Place of Performance: Hanscom AFB, MA
Disclaimer
This notice is for informational and planning purposes only 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.