Unmanned Aircraft System (UAS)
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 Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is conducting market research through a Request for Information (RFI) for Unmanned Aircraft Systems (UAS). This RFI aims to gather information on companies providing UAS commodities to inform future acquisition planning. Responses are due by March 31, 2026, 3:00 PM EST.
Purpose
The ATF is issuing this RFI, identified under FAR 15.201(c)(7), solely for market research and planning purposes. It is not an Invitation for Bids, Request for Proposal, or Request for Quotes. The primary goal is to understand market offerings, validate technical requirements in a draft Performance Work Statement (PWS), assess industry capabilities, identify potential sources, and refine acquisition strategies for a future procurement.
Scope of Work
The RFI seeks information on companies that provide UAS commodities. The tentative PWS outlines a potential contract to establish, operate, and sustain a standardized, modular, and category-based National Small Unmanned Aircraft System (sUAS) capability for federal departments and agencies. This includes various sUAS capability categories such as Training, Interior, Short-Medium Range, Long Range, Fixed Wing, Tethered, Lift (<50 pounds), and Heavy Lift (>=50 pounds) platforms. Each category details role definitions, operational employment characteristics, mandatory requirements, and value-added features, along with technical and cybersecurity requirements. Respondents should provide product descriptions, technical materials, specification sheets, architecture descriptions, sensor/payload specifications, performance characteristics, and cybersecurity/supply chain documentation.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None specified (market research stage)
- Response Due: March 31, 2026, 3:00 PM EST
- Published: March 9, 2026
- Submission Method: Electronic submission via email to James.Huff@atf.gov.
Evaluation
Responses will be used for market research to refine acquisition planning, potentially influencing the PWS, evaluation criteria, competition levels, acquisition vehicles, and small business strategies for a future solicitation. Participation in this RFI is voluntary and will not be an evaluation factor in any future procurement. The Government will not provide individual feedback on submissions.
Additional Notes
- Future procurements will require compliance with applicable statutory and regulatory restrictions, including NDAA provisions. A compliance plan alone may not suffice; documentation may be required.
- Respondents are requested not to submit classified or Controlled Unclassified Information (CUI); responses should be suitable for public release.
- No product demonstrations are scheduled for this RFI process.
- Respondents should include their organization name, contact information, business size and socio-economic status, and information on available contract vehicles (e.g., GSA schedule).
Contact Information
Primary Contact: Jim Huff (James.Huff@atf.gov, 202-648-9117)