C-sUAS Drones

Agency: DEPT OF DEFENSE
State: Georgia
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159030707436313
Posted Date: Apr 12, 2024
Due Date: Apr 18, 2024
Solicitation No: FA483024Q0036
Source: Members Only
Follow
C-sUAS Drones
Active
Contract Opportunity
Notice ID
FA483024Q0036
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR COMBAT COMMAND
Office
FA4830 23 CONS CC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 12, 2024 10:29 am EDT
  • Original Response Date: Apr 18, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1550 - UNMANNED AIRCRAFT
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Moody AFB , GA 31699
    USA
Description

Moody AFB is seeking potential sources capable of providing the following listed. Firms that respond shall provide clear evidence that they can meet or exceed the specifications.



We are seeking information on a fixed and mobile Counter-small Unmanned Aircraft System (C-sUAS) device. System must have a modulator capability that can detect, identify, track, and counter sUAS in stationary, vehicle, and man-portable configurations. System should be flexible enough to be powered by US, Overseas, vehicle, and man-pack style power sources. Device must be capable to detect threats of the controller, video, telemetry, and Wi-Fi Communications links. As a minimum, the device/system must be capable of at least 1.5 km horizontal detection, and take no more than 20 minutes to set up, be able to defeat, as a minimum 8 sUAS vehicles simultaneous. The device must be inter-operable with other C-sUAS systems in use. System should provide a visual and audio queuing or alerting for sUAS detection. The system must have the select-ability of either automatically defeating the threat based on a set of parameters, or defeating the threat with operator intervention. System must meet MIL-STD-461/810 standards for environmental extremes and for electromagnetic compatibility. A visual display of the radius of the threat must accompany the system to include location, altitude, protocol, frequency, and be capable of extending to a larger monitor or screen for display purposes.





As part of this RFI, please provide information on the following as part of the purchase, or as an addendum:

1). System cost.

2). System Operator training. Is it part of the purchase, or is training a separate cost. If separate, how is training cost calculated, but student or by class.

3). The frequency spectrum covered by the system.

4). Complementary pieces of equipment that enhance operation.

5). Basic warranty and any available warranty options.

6). Customer support provided as part of the purchase, to include maintenance support; financing and discounts.

7). Marking and packaging; equipment inspection and acceptance processes prior to shipment.

8). Hardware and software support to include any update and a specific number per year. Please add any cost for updates required outside of normal system updates as part of the purchase such as an "emergency update."

9). Logistical and customer support if units are in a CONUS or OCONUS location, approximate return time back to the unit if unit is required to be shipped back to vendor.



The purpose of this post is seeking sources for market research purposes and no contract or obligation from the government will come of it. Please submit all information to austin.collins.2@us.af.mil, if you have any questions you can email or call at (229) 257-2053.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 229 257 2737 4380 B ALABAMA RD BLDG 932
  • MOODY AFB , GA 31699-1700
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 12, 2024 10:29 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >