Dronebuster Block 4, Travis AFB CA

SOL #: FA442726J1003JustificationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4427 60 CONS LGC
TRAVIS AFB, CA, 94535-2632, United States

Place of Performance

LINDA, CA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

Miscellaneous Communication Equipment (5895)

Set Aside

No set aside specified

Timeline

1
Posted
May 7, 2026

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, 60 CONS LGC, has published a Justification for Other Than Full and Open Competition for the procurement of Dronebuster Block 4 systems for Travis Air Force Base (TAFB), CA. This justification outlines the intent to award a sole-source contract to Flex Force Enterprises due to unique agency requirements and the vendor's exclusive position.

Purpose & Rationale

This document provides the statutory justification, in accordance with 10 U.S.C. 3204(a)(1), for awarding a contract to Flex Force Enterprises without full and open competition. The 60th Security Forces Squadron (60 SFS) at Travis AFB requires these specific counter-drone systems. The rationale includes:

  • TAFB's existing experience and personnel training with Dronebuster systems.
  • The significant additional man-hours and funding required to introduce alternative systems.
  • The TAFB Antiterrorism Office's identified need for these systems for advanced threat mitigation.
  • Flex Force Enterprises being the sole distributor and authorized seller of the Dronebuster.
  • The Dronebuster being the "Program of Record" for Dismounted Electronic Attack, selected by the Joint Counter-small Unmanned Aircraft Systems Office (JCO) and the Army.
  • Market research indicating Flex Force has been utilized in over 25 similar contracts.

Requirements

The requirement is for the procurement of "Dronebuster Block 4" systems, described as handheld electronic attack systems for counter-drone operations.

Contract Details

  • Type: Justification for Other Than Full and Open Competition (Sole Source)
  • Intended Awardee: Flex Force Enterprises
  • Product Service Code: 5895 (Miscellaneous Communication Equipment)
  • Published Date: May 7, 2026

Eligibility & Competition

This action is justified under 10 U.S.C. 3204(a)(1), which permits awards when only one responsible source and no other supplies or services will satisfy agency requirements. As such, this is not a competitive solicitation, and no set-aside designation for competition applies.

Future Actions

The government commits to continuously performing market research to identify additional sources, acknowledging the rapidly evolving Counter-Unmanned Aircraft Systems (C-UAS) marketplace.

Contact Information

For inquiries regarding this justification, contact Don Salgado (don_phillip.salgado@us.af.mil) or SSgt Alexander Love Gaunt (alexander.love_gaunt@us.af.mil).

People

Points of Contact

SSgt Alexander Love GauntSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: May 7, 2026