Special Notice (Request for Information (RFI)) for Modern Unmanned-warfare Systems Environment (MUSE)
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, AFRL/RIKD, has issued a Special Notice (Request for Information - RFI) for the Modern Unmanned-warfare Systems Environment (MUSE) program. This RFI seeks capability statements to inform a future acquisition strategy for developing and transitioning counter and offensive Unmanned Aircraft System (UAS) solutions. Responses are due April 6, 2026, by 3 PM EST.
Opportunity Overview
This RFI is for market research purposes only and is not a Request for Proposal (RFP) or a commitment to award a contract. The Air Force Research Laboratory (AFRL) is exploring industry capabilities to achieve superiority in MUSE technology. The information gathered will help shape the acquisition strategy for a potential Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE)/Term Indefinite Delivery Indefinite Quantity (IDIQ) contract with an anticipated performance period of 6-7 years. Funding may include Research Development Test & Evaluation (RDT&E), Procurement, and Operations & Maintenance (O&M). The contract type and duration are subject to change.
Scope of Work
The general scope involves performing multiple activities necessary to achieve superiority in UAS Combat Operations (UCO). This includes rapid development, design, prototyping, enhancements, demonstration, scenario development, experimentation & evaluation, integration, testing, technical installation, transition, and support for counter and offensive UAS technologies. Key research and development areas include Information Exchanges and Interfaces, Electronic Warfare (EW) and Cyberspace Operations (CO), UAS Combat Command and Control (C2), UAS Airspace Integration/Traffic Management (UTM), UAS Interceptors (UAS-I), Sensors, and Signature and Effects Library development. The effort emphasizes open architecture solutions and agile development processes.
Security Requirements
Contractor employees will need to obtain Common Access Cards (CACs). Performance may require Top Secret/Sensitive Compartmented Information (TS/SCI) Facility and collateral secret safeguarding clearance, identified on a task order basis. A completed and approved DD Form 2345 is required prior to award. Foreign participation is excluded at the prime contractor level.
Set-Aside & Market Research
Responses are specifically requested from small businesses for market research purposes and to determine a possible set-aside. Large businesses are also encouraged to respond to express interest should the acquisition not be set aside for small businesses. Respondents should indicate their specific small business status (e.g., 8(a), VOSB, SDVOSB, HUBZone, SDB, WOSB). The Government will consider the 50% limitation on subcontracting for services and supplies as per FAR 19.104-3(c).
Response Requirements
Capability statements are limited to 10 pages and must be submitted via email. They should include:
- Company Information: Name, address, CAGE, DUNS, business size, POC, Facility/Safeguarding Clearance Level.
- Ability to Perform: Experience, resources, personnel qualifications (anticipating at least 20% TS/SCI), subcontracting plans (FAR 52.219-14 compliance), quality control, risk management, safety, business system approval for cost-type contracts, workload management, and a Rough Order of Magnitude (ROM) cost estimate with Basis of Estimate (BOE). The estimated scale is approximately 4,000,000 labor hours.
- Performance/Experience: Details on up to three similar contracts performed within the past five years.
- Procurement Strategy Input: Input on CLIN structure and information needed from the Government.
Key Dates & Contacts
- Capability Statement Due: April 6, 2026, 3 PM EST
- Primary POC: Matthew Zawisza, MUSE Acquisition Program Manager, matthew.zawisza@us.af.mil, (315) 330-4922
- Contracting Officer: Meghan Thomas, Meghan.Thomas.1@us.af.mil, (315) 330-2177
- Contract Specialist: Patrick Cerminaro, patrick.cerminaro@us.af.mil, (315) 330-2361