**RFI** 56 SFS Counter-sUAS Capability - BRAND NAME - DroneShield
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 Department of the Air Force, specifically the 56th Contracting Squadron, has issued a Request for Information (RFI) for a Counter-sUAS Capability, specifically the DroneShield RfPatrol™ Immediate Response Kit (NSN: 5865-66-025-4740), or an "or equal" system. This RFI is for market research purposes to identify qualified vendors capable of supplying a portable, multi-mission Radio Frequency (RF) based detection system for small Unmanned Aircraft Systems (sUAS) at Luke Air Force Base, AZ. Responses are due by April 17, 2026, at 10:00 am Pacific Time.
Scope of Work
The requirement is for a system to provide dismounted security patrols and mobile vehicle patrols with immediate, localized drone detection and alerting capabilities. Key salient characteristics include:
- Detection Methodology: Passive, non-emitting Software Defined Radio (SDR) based sensor; must not transmit, jam, or interfere with RF spectrum.
- Drone Identification: Detect and classify RF Command and Control (C2) signals, custom protocols, Remote ID signals, and drone video transmissions, with an AI/ML engine identifying over 150 common drone models.
- Situational Awareness: Real-time, on-device display of drone model, altitude, speed, and communication frequency, including a "DroneLocator" feature for GPS coordinates.
- Physical/Environmental: Total weight not exceeding 1.2 kg (2.6 lbs), meeting MIL-STD-810G/H and IP67 rating.
- Power: Rechargeable Lithium-Ion battery compliant with NATO standards, providing a minimum of 10 hours of continuous operation.
- Kit Components: Delivered in a rugged, IP67-rated hard-shell case, including one Handheld Detection Unit, two NATO-standard batteries, a charger, a Vehicle-Mount Magnetic Antenna Kit, and necessary cables.
- Compliance & Support: Must be Trade Agreements Act (TAA) and Berry Amendment compliant, with a minimum three-year subscription for quarterly software/firmware updates.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: April 17, 2026, 10:00 am Pacific Time
- Published: April 14, 2026
Evaluation
Responses will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This RFI is for planning purposes only and does not obligate the Government to award a contract or pay for proposal preparation costs.
Additional Notes
Interested firms are requested to provide:
- Firm's information (name, address, phone, CAGE code).
- Business size (large/small) and any small business program certifications.
- Appropriate calendar days required to respond to a future RFP.
- Any comments, feedback, or suggestions to improve the requirement. Electronic responses should be sent to Rachel Tilley at rachel.tilley.1@us.af.mil. The Government may post questions and responses publicly (without disclosing firm names) to ensure transparency.