Request for Information - One Way Attack Small Unmanned Aircraft Systems (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 United States Air Force Life Cycle Management Center (AFLCMC), specifically the Intelligence, Surveillance and Reconnaissance & Special Operations Forces (ISR & SOF) Directorate, Special Warfare (SW) Program Office (AFLCMC/WISN), is conducting market research through this Request for Information (RFI) to identify potential sources for Electromagnetic Interference (EMI)-robust one-way attack (OWA) Small Unmanned Aircraft Systems (sUAS). This effort aims to address a capability gap for Air Force Special Operations Command (AFSOC) and Special Tactics (ST) units. Responses are due by April 17, 2026.
Scope of Work
The RFI seeks information on sUAS solutions that leverage commercial off-the-shelf (COTS) components, include in-house custom components and an Electronic Safe and Arm Device (ESAD), are National Defense Authorization Act (NDAA)-compliant, and circumvent Chinese supply constraints. Key technical requirements include:
- Connectivity: Integrated GPS, 4G/LTE/5G cellular, and true frequency hopping between bands.
- Range: Operational range over 20 kilometers (km) with an optional repeater.
- Mission Integration: Designed for specialized individuals within Special Tactics Teams (STTs) to integrate First-Person View (FPV) OWA into core mission sets like Global Access, Precision Strike, and Personnel Recovery.
Key Performance Parameters (KPPs) include a target range of 10-20km, flight times of 15-45 minutes, kinetic payload capacity of 1.5-3.0Kg, advanced GPS for denied operations, AES-256 FIPS Compliant encryption, and portability for 2 air vehicles + 1 Ground Control Station (GCS) weighing 10-30 lbs.
Submission & Evaluation
This is for informational purposes and market research only; it is not a solicitation. The Government will not reimburse response expenses. Information provided may inform future acquisition strategy. Responses should not exceed 15 pages and must be submitted electronically by 12:00 PM Eastern time on April 17, 2026, to Jamie.Sclafani@us.af.mil and robert.riojas.5.ctr@us.af.mil.
Submissions should include company details (name, address, POC, CAGE Code, URL), business size/ownership, domestic/foreign ownership, prime/subcontractor interest, product capabilities, specifications, pictures, test results, ability to deliver 2 units within 6 months, a Rough Order of Magnitude (ROM) cost estimate, and compliance with FAR 52.219-14 and FAR 52.219-33.
Eligibility
U.S. and non-U.S. firms are permitted to respond. Prospective contractors must be registered in the System for Award Management (SAM) database. No set-aside is specified for this market research.