Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SPECIAL NOTICE

99 -- Industry Participation in Program Executive Office Missiles and Space (PEO MS) Counter-Unmanned Aircraft Systems (C-UAS) Product Office Soldier Common Systems Demonstration Event

Notice Date
6/18/2025 2:45:24 PM
 
Notice Type
Special Notice
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
RFI-25-003
 
Response Due
7/8/2025 9:01:00 AM
 
Archive Date
09/30/2025
 
Point of Contact
Melissa Rios Thomas, Michael Wastella
 
E-Mail Address
melissa.riosthomas.civ@army.mil, michael.j.wastella.civ@army.mil
(melissa.riosthomas.civ@army.mil, michael.j.wastella.civ@army.mil)
 
Description
Special Notice Industry Participation in Program Executive Office Missiles and Space (PEO MS) Counter-Unmanned Aircraft Systems (C-UAS) Product Office Soldier Common Systems Demonstration Event Description: The US Army Contracting Command � Redstone (ACC-RSA) on behalf of Program Executive Office Missiles and Space (PEO MS) Counter-Unmanned Aircraft Systems (C-UAS) Product Office hereby notifies qualified industry vendors of an upcoming Counter-small Unmanned Aircraft System (C-sUAS) demonstration event. The United States Government (USG) continues to partner with industry to assess the current and future state of C-sUAS Soldier Common Systems. Current world events highlight the need to enhance C-sUAS capability across the battlefield. Every squad, unit, and potentially every Soldier in the Army will require the ability to detect and defeat small UAS, which will require common equipment across every Army formation at the Soldier level. C-sUAS Soldier Common Systems are defined as an individual, Military Occupational Specialty (MOS) agnostic, self-protection C-sUAS system. C-sUAS Soldier Common Systems can be wearable, handheld, or dismounted and can engage a small UAS through Electronic Warfare (EW) or by augmenting weapon optics. C-sUAS Soldier Common Systems Schedule: Request for Information (RFI) � CUAS-RFI-25-001 published to SAM.GOV 18 December 2024 CUAS-RFI-25-001 White Papers Due � 31 January 2025 Industry Day Event � 13 January 2025 Special Notice Posting � 18 June 2025 Vendor Submission of DD1494 and over-the-air RF measurements � 23 June 2025 Vendor Submission of White Papers and Quad Chart � 8 July 2025 USG Notification of selected demonstration participants � 8 August 2025 Demonstration Event - 1QFY26 Technical Data for All C-sUAS Soldier Common Systems: All systems shall meet military standards as well as Deployment and Size, Weight and Power (SWaP) requirements: System shall not require more than a single Soldier to operate System will only be employed for self-defense and will not need to clear airspace System must minimize interference with the Soldier�s ability to operate their primary weapon System shall minimize size and weight while utilizing power via battery or an equivalent source System shall meet the military Electromagnetic Safety Standard MIL-STD-464 System shall meet the military Environmental condition Standard MIL-STD-810 Test data shall be provided to validate vendor provided system performance; and Vendor shall provide evidence of Technology Readiness Levels and Producibility. Performance Requirements for C-sUAS Soldier Common Systems DETECT Category: System shall detect and provide orientation to the Soldier of groups 1-2 small UAS System provides greater than 15 seconds of detection time Performance Requirements for C-sUAS Soldier Common Systems DETECT & DEFEAT Category: System shall detect and provide orientation to the Soldier of groups 1-2 small UAS and provide greater than 15 seconds of detection time System shall defeat groups 1-2 small UAS non-kinetically or kinetically System provides a defended area greater than .5km Kinetic defeat solution must not impede the soldier�s primary weapon and/or augment the primary weapon Phase 1 Entry Gate Criteria. Vendor Submission of DD1494 and Over-the-Air RF measurements Within 3 days of posting this Special Notice, vendors planning to submit solutions including RF emitters are required to provide an approved form DD1494 (Application for Equipment Frequency Allocation) or a submittal request for DD1494 approval (reference https://www.stepstoneeditor.com/index.jsp). Solutions that do not include RF emitters are not required to submit a DD1494. Vendors are also required to provide over-the-air RF measurements to ensure the system does not bleed into other RF bands. Vendor submissions of DD1494 information and over-the-air RF measurements shall include Commercial and Government Entity (CAGE) code. The following information for potential demonstration support personnel information is also required: attendee name(s), titles, email addresses, and phone numbers. Vendor Submission Instructions: Interested vendors are requested to submit one (1) White Paper addressing capabilities, potential materiel/services solutions meeting the criteria referenced in this document, and a point of contact for the U.S. Government. The White Paper should address the following criteria: Technical Requirements: Vendor responses shall detail how the proposed solution meets the technical requirements defined in the Technical Data section of this Special Notice. Vendors shall provide documentation demonstrating the proposed solution is Technical Readiness Level 7 or higher based on the following criteria: TRL7: System prototype demonstration in an actual operational environmen TRL8: Finalized system tested and approved for deployment TRL9: System fully operational and successfully fielded Industry vendors shall submit proof of system maturity, including test reports, operational evaluations, and certifications verifying TRL status. Solutions below TRL 7 will not be considered. Schedule: Vendors shall provide a schedule to the U.S. Government depicting events from potential contract award to initial deliveries. Initial deliveries shall occur within seven (7) months of contract award. Production: Vendors shall detail the manufacturing capabilities and capacity to produce C-sUAS Soldier Common Systems on an annual basis. Past Experience: Vendors shall detail previous or ongoing C-sUAS efforts with other Department of Defense Services or Organizations including established procurement and sustainment contracts that can be leveraged for the submitted C-sUAS solution. Data Rights: Vendors shall detail system Data Rights for each submitted C-sUAS solution. Other: The White Paper shall also include, at a minimum, the interfaces, size, weight, payload(s), rough order of magnitude of production capacity, power requirements, cost of the system (unit cost and total annual cost), system kit contents, operational considerations, warranty terms, and maintenance considerations (e.g. spares, repair and replace, which maintenance actions can be done by Soldiers and those done by the manufacturer). Quad Chart: A one (1) page quad chart overview of the proposed system�s capabilities, with quads comprised of system description, technical maturity (to include technology readiness level [TRL]) design, cost / contract / production information, and operational capability. Submissions shall be unclassified, in PDF format, and limited to no more than ten (10) one-sided 8.5� x 11� pages and 11 font Arial size with one-inch margins; line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10-point Arial font or larger. The quad chart may have half-inch margins and shall be submitted using the quad chart format attached to this Special Notice. The following items will not count against the prospective vendor�s (10) page submission page count limit; title page, executive summary pages (although information in the executive summary shall not be relied upon to establish the prospective vendor�s satisfaction of the qualification requirements), table of contents and quad chart. Pages devoted solely to stating the industry vendor�s name, industry vendor�s mailing address, position, telephone number, e-mail address, cage code and industry vendor�s Uniform Resource Locator (URS) will not count against the 10-page limit. Note that industry vendors shall designate a single point of contact for receipt of all information pursuant to this Special Notice. If any of the material provided contains proprietary information, then mark and identify disposition instructions (submitted data will not be returned). All responses must reference CUAS Special Notice 25-SS-003. No telephonic inquiries will be accepted. Submit all inquiries and White Paper responses via email for this special notice to Contract Specialist, Melissa Rios Thomas, melissa.riosthomas.civ@army.mil, with reference to CUAS Special Notice 25-SS-003. A return email will confirm your submission was received. White Paper Evaluation: White Papers will be the sole criteria used to select vendors who will be invited to the demonstration event. White Papers will be evaluated for completeness and relevance to the Technical Data and Performance Requirements specified in this Special Notice. Vendors may respond to either the DETECT, DETECT & DEFEAT, or a combination of the categories. A separate White Paper is required for each category. Demonstration Event Description: The USG will not provide funding for industry to participate in the demonstration event. The USG will provide test range time, facility/installation access (if required), and test analysis. Industry participation is solely on a non-interference basis with USG testing. Due to the limited amount of space allocated at the demonstration event, the USG may limit the number of industry vendors invited to participate in the demonstration event. The USG will assess the vendors� information provided in the White Papers against the Technical Requirements as a basis for participation in this event. Currently the USG anticipates space for up to 12 vendors; however, to the maximum extent possible, the USG will attempt to accommodate all vendors whose White Papers meet the entry gate criteria. For vendors selected to participate in the demonstration event: Vendors shall provide a quick-look test report within 7 business days of the demonstration event. Vendors shall provide all test data to include system generated logs in a readable format, files and notes at the end of each testing day and shall provide a full report within 15 business days of the USG demonstration event. The Government will provide additional information to all vendors selected to participate in the demonstration, including time, location and visit access request procedures. All participants will be required to provide identification at the demonstration location. Non-Government Advisors Non-Government advisors may be used in the evaluation of White Papers and will have signed non-disclosure agreements (NDAs) with the Government. The Government understands that information provided in response to this special notice is presented in confidence and may contain trade secret, commercial, or financial information, and agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by Law, to include: a) 18 USC 1905 (Trade Secrets Act), b) 18 USC 1831 et seq. (Economic Espionage Act), c) 5 USC 552(b)(4) (Freedom of Information Act), d) Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and e) Any other statute, regulation, or requirement applicable to Government employees. Point of Contact (POC): Questions regarding this Special Notice shall be submitted in writing by e-mail to the Contract Specialist at melissa.riosthomas.civ@army.mil and cc�d to the Contracting Officer, Michael Wastella, Michael.j.wastella.civ@army.mil. Verbal questions will not be accepted. Questions shall not contain proprietary or classified information. The Government does not guarantee that questions received after 8 July 2025 will be answered. Attachments/Links: Quad chart template provided with the Special Notice Contact Information: Army Contracting Command � Redstone Arsenal Building 5303 Martin Road Redstone Arsenal, AL 35898-0000 Primary Point of Contact: Melissa Rios Thomas, Contract Specialist, Melissa.riosthomas.civ@army.mil Secondary Point of Contact: Michael Wastella, Contracting Officer, Michael.j.wastella.civ@army.mil Response Due Dates The C-UAS Product Office is planning a three-phase evaluation process for this requirement. Any vendor interested in participating in Phase 1 is required to provide the information requested in this Special Notice sections titled �C-sUAS Soldier Common Systems Schedule� and �Vendor Submission of DD1494 and Over-the-Air RF measurement�. Vendors who wish to be considered for Phase 1 and Phase 2 must submit this required information by the required date. All DD1494 and over-the air RF measurements are due by 1200 Eastern time (EDT) on 23 June 2025. Any industry vendor which does not submit a DD1494 and over-the-air RF measurements by the required date will not be considered for or permitted to participate in the USG demonstration event. Vendors that previously responded to CUAS-RFI-25-001 must submit the required information to be considered for Phase 1 of this Special Notice. Phase 1 requires vendors who have completed the DD1494 information submittal and wish to be considered for Phase 2 Demonstration Event to submit a white paper response in accordance with �C-sUAS Solder Common Schedule� and �Vendor Submission Instructions� sections of this Special Notice. All white paper and quad chart responses are due by 1200 Eastern time (EDT) on 8 July 2025. No phone calls will be accepted. Untimely submissions will not be accepted. Vendors that previously responded to CUAS-RFI-25-001 must submit a White Paper to be considered for Phase 2 of this Special Notice. Phase 2 is described in the �Demonstration Event Description� section of this Special Notice. This notice does not obligate the Government to award a contract or otherwise pay for the preparation of information provided in the White Papers. The Government reserves the right to use information provided by respondents for any legal purpose necessary. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed; the information provided will be used to assess the respondent�s ability to address the capabilities called for in this Special Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. This is not an announcement of an acquisition solicitation. The information provided in the Special Notice is subject to change and is not binding on the Government. The U.S. Army has not made a commitment to procure any of the items discussed, and release of this Special Notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Additionally, responses may include data that the offeror does not want disclosed to the public for any purpose or used by the Government except for informational purposes. If your company wishes to restrict use of the data, the response must be marked appropriately.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/883c389d9a344b2cabe1a82152f6b267/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07482238-F 20250620/250618230331 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.