Request for Information - Omni-Directional Acoustic Sensor
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. Air Force Life Cycle Management Center (AFLCMC) is conducting market research through a Request for Information (RFI) to identify potential sources for a man-portable Omni-directional Acoustic Sensor. This sensor is required for both mounted and dismounted operations, primarily for detecting Small Unmanned Aerial Systems (sUAS), vehicles, and small arms fire. Responses are due by May 4, 2026.
Scope of Work
The AFLCMC/WISN Program Office seeks an acoustic sensor with the following Key Performance Parameters (KPPs):
- Portability: Must be man-portable for use in mounted and dismounted operations.
- Detection: Capable of passive detection to avoid adversarial detection.
- Threat Identification: Must detect and provide near-instantaneous bearing for threats including UAS, vehicles, and small arms fire.
- Integration: Ability to integrate with an End User Device (EUD).
- Target Tracking: Capable of tracking moving targets using decibel readings.
Submission & Evaluation
This RFI is for informational purposes only and does not constitute a solicitation. Interested parties should submit responses detailing their technology and qualifications. Submissions must include:
- Respondent Data: Company Name, Address, Point of Contact, CAGE Code, Web Page URL.
- Business Status: Business size (e.g., Small Business, WOSB, HUBZone, SDVOSB, 8(a)), and domestic or foreign ownership.
- Role Interest: Indication of interest in a prime or subcontractor role.
- Product Details: Description of product capabilities, specifications, and how they meet performance requirements.
- Commercial Information: Details on current performance of similar work, commercial item status, warranty terms, spare parts, training, and potential product improvements.
- Risk Assessment: Assessment of risks associated with fulfillment.
- Compliance: Adherence to FAR 52.219-14 and FAR 52.219-33 if applicable.
- Cost Estimate: A Rough Order of Magnitude (ROM) cost estimate.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: Broad industry participation encouraged; no specific set-aside for this RFI.
- Response Due: May 4, 2026, by 12:00 PM Eastern Time.
- Published: April 3, 2026.
Additional Notes
Responses should not exceed 15 pages. Proprietary or competition-sensitive information must be clearly marked. This RFI is for market research and does not commit the Government to a future procurement. Prospective contractors must be registered in SAM.