Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
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 Air Force Research Laboratory (AFRL/RI) has issued a Pre-Solicitation Notice for a Counter-small Unmanned Aircraft Systems (C-sUAS) effort. This initiative seeks to establish a flexible, rapid, and agile contracting vehicle for research, development, prototyping, demonstration, evaluation, and transition of C-sUAS capabilities to combat Commercial Off-The-Shelf (COTS) sUAS threats. This will be a Small Business set-aside under NAICS 541715 (Aircraft, Aircraft Engine and Engine Parts exception, 1,500 employees). The Government's acquisition strategy has been approved, and the Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020, with the full solicitation to follow on beta.sam.gov. Interested parties must monitor the site for updates.
Purpose & Scope
The primary purpose is to provide a mechanism for rapid research, development, prototyping, demonstration, evaluation, and transition of C-sUAS capabilities. This includes developing technology solutions for specific user requirements, delivering prototype technologies for evaluation, and providing limited product quantities for operational introduction. Emphasis is placed on combating COTS sUAS used by adversaries. Anticipated deliverables include software, hardware, technical documentation, and technical reports.
Specific technical areas include:
- Research, design, prototype, test, and evaluate efficient and automated Command and Control (C2), Radio Frequency (RF) detection, and interceptor technologies.
- Exploration, simplification, automation, and integration of C2 and open systems architectures.
- RF detection, analysis, processing, resource allocation, interrogation, emission, and assessment of sUAS wireless C2 links, including geolocation and low collateral damage electronic attack.
- Development of modular and adaptable interceptor systems (kinetic, high power microwave, electronic attack, etc.).
- Developing new C-sUAS S&T capabilities across the entire kill-chain (deceive, disrupt, deny, degrade, destroy).
Contract Details
- Type: Single Award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Research and Development (R&D) contract.
- Task Orders: Cost-Plus-Fixed-Fee Completion (CPFF/C).
- Ordering Period: Seventy-two (72) months.
- Maximum Ordering Amount: Approximately $490,000,000.
- Set-Aside: Small Business set-aside.
- NAICS: 541715 (Aircraft, Aircraft Engine and Engine Parts exception) with a 1,500-employee size standard.
Key Requirements
- Personnel Clearance: At time of award, approximately 20% of proposed personnel must be TS/SCI cleared, with graduated increases over time.
- Foreign Participation: Foreign Allied Participation will be excluded at the prime contractor level.
- Technical Read Library: A digital technical library is available for review by potential Small Business Offerors. Access requires emailing Donna Toole with company name, CAGE code, approved DD Form 2345, a letter from the Data Custodian authorizing access, and a completed U.S. Citizen Verification form for each individual. The data is export-controlled and subject to strict usage and deletion requirements.
Response & Next Steps
- A Draft Request for Proposal (RFP) is anticipated in Q1 CY 2020, and potential Offerors will be encouraged to review and comment.
- The entire solicitation and any amendments will be issued on beta.sam.gov. Offerors are responsible for monitoring the site.
- Interested parties may identify their interest and capability to satisfy the requirement with commercial item(s) within thirty (30) days of this notice.
Contacts
- COTR: Donna Toole, (315) 330-3972, donna.toole.1@us.af.mil
- Contract Specialist: Matthew Zawisza, (315) 330-4922, matthew.zawisza@us.af.mil
- Contracting Officer: Terrence Lipinski, (315) 330-4510, terrence.lipinski@us.af.mil