Level III Small Unmanned Aircraft Systems
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 U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS). This RFI aims to identify current vendor capabilities to enhance USBP’s sUAS Program. RFI responses are due by December 12, 2025.
Purpose
CBP is seeking information on the availability and technological capabilities of vendors to provide Level III sUAS. This is for market research and planning purposes only and does not constitute a Request for Proposal (RFP) or a commitment to award a contract. The information gathered will inform the development of an acquisition strategy and potential future RFP.
Scope of Interest / Key Requirements
CBP is interested in sUAS solutions for tactical field operations and enhanced situational awareness. Key areas include:
- Operations: FAA compliance, minimal personnel (1-2), autonomous capabilities, AI/ML for detection/tracking, interoperability with existing systems (e.g., Team Awareness Kit - TAK, with vendors providing 90% tested TAK solutions).
- System: IP 54 rating, NDAA compliant C2 with anti-jamming, hardened GPS, US-based repair, components fitting into an SUV, optimal operating temperature (0°F to 115°F), minimum 1-year warranty, KLV metadata video streaming, 5-year software support, ADSB in/out, offline simulation (standalone software, laptop-run, simulating environmental conditions), user-selectable beacons.
- Flight: 1.5-3 hours flight time with 5lb payload, wind tolerance (25 mph sustained, 45 mph optimal).
- Range: Minimum 10 miles (mobile GCS), 20+ miles (fixed location).
- Sensor Payload: EO/IR sensors with specified resolutions/zoom, autonomous IoI detection/tracking, license plate reading (200 yards), human classification (1-mile threshold, 2-miles optimal), co-witnessed IR laser pointer (2 miles). Payloads must be easily swappable.
- Deployment: System assembly, boot-up, and launch under 10 minutes (optimal 5 minutes), operated by no more than 2 personnel.
- Level III sUAS Definition: Clarified as an internal CBP designation for capability within Group 1 sUAS, specifically for Group 1 and/or 2 weight (≤ 20 – 55 lbs.) and performance class.
- Predictive Maintenance: Focus on components prone to failure (e.g., "change oil timers," "motor replacement after 500 hours").
Submission Details
Vendors must submit a white paper addressing capabilities 1-11 and Attachment A – Vendor Company Data. Submissions should not exceed 15 pages plus Attachment A. Marketing documentation will not be reviewed.
- Email Submissions to: USBPPMODSUAS@cbp.dhs.gov
- Response Due: December 12, 2025, by 5:00 PM EST.
- Questions Due: November 21, 2025 (responses provided December 2, 2025).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: December 12, 2025
- Published: December 05, 2025 (latest update)
- Product/Service Code: 1550 (Drones)
- Department/Agency: Homeland Security / US CUSTOMS AND BORDER PROTECTION
Additional Notes
This RFI is for market research only; the Government does not intend to award a contract based on this RFI and will not pay for information received. Not responding does not preclude participation in future full and open competition RFPs. CBP may select vendors for no-cost demonstrations, maintaining vendor confidentiality.