Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2025 SAM #8579
SOURCES SOUGHT

99 -- Counter-Unmanned Aircraft Systems Unit Common Solutions

Notice Date
5/21/2025 10:12:24 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
CUASSSN25002
 
Response Due
5/28/2025 10:00:00 AM
 
Archive Date
06/12/2025
 
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
Sources Sought Notice (SSN) Counter-Unmanned Aircraft Systems Unit Common Solutions INTRODUCTION: This is a Sources Sought Notice (SSN) for vendors interested in providing potential Unit Common solutions to the Program Executive Office Missiles and Space Counter-Unmanned Aircraft System (C-UAS) Product Office. This SSN is intended to conduct market research of Industry�s C-sUAS solutions. NOTICE DISCLAIMER: This SSN is issued solely for information and planning purposes and to identify interested sources. It does not constitute an invitation for bid, a Request for Proposal (RFP), a solicitation, a request for quote or a promise to issue such documentation in the future. Funding is not currently available. This SSN does not commit the Government to contract for any supply or service. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party's expense. Not responding to this notice does not preclude participation in any future RFP, if issued. Furthermore, it is the responsibility of the interested vendors to monitor SAM.gov for additional information pertaining to this potential requirement. The information provided in this SSN is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this SSN should not be construed as such a commitment or as authorization to incur costs for which reimbursement would be required or sought. Submissions sent to the Government in response to this SSN become Government property and will not be returned. Additionally, responses including data that the offeror does not want disclosed to the public for any purpose or used by the Government except for informational purposes must be marked appropriately. The Government reserves the right to utilize all, some, or none of the Capabilities Brief or presentations in response to this SSN. UNIT COMMON SYSTEM DESCRIPTION: Current geopolitical conflicts have highlighted the usage of Unmanned Aircraft Systems (UAS) and the value they are to the armies that employ them. Conversely, the effectiveness of these UAS has also highlighted the imminent need to deploy Counter-Unmanned Aircraft Systems (C-UAS) capability across the battlefield. Every Platoon in the Army requires the ability to detect and defeat enemy UASs, which requires common equipment across every Army formation at the Unit level. Unit Common Systems would provide Platoon, Company, Battalion, and Brigade level defense and shall be capable of the following: 1. Detect/Alert/Orientate: The Unit Common system shall detect/alert (i.e. audible warning)/orientate the unit toward Group 1-2 UAS for appropriate defensive action. The Unit Common C-UAS system shall use one or more components to detect and track Intelligence, Surveillance, and Reconnaissance (ISR) and/or attack Groups 1-2 UAS using active, passive, or a combination of active and passive sensors (with emphasis placed on passive) to achieve threshold and objective values. The Unit Common system shall detect and track multiple UAS threats simultaneously and shall track and orientate at the halt and on the move. 2. Defeat: The Unit Common system shall defeat Group 1-2 UAS either kinetically or non-kinetically to protect an element�s defended area. If the Unit Common system is kinetic, the Army preference is a modification to an existing weapon system in the Army inventory today. If the Unit Common system is non-kinetic, the Army preference is for a system that reduces Soldier burden in defeating UAS and does not emit a signature that enemy forces can utilize against them. 3. Platform: This capability should have the ability to be integrated on multiple tactical and support ground vehicles using a common mounting approach. The initial focus should be vehicle platforms across multiple formations in the Light and Medium Tactical Vehicles class (e.g. Infantry Squad Vehicle (ISV), Joint Light Tactical Vehicle (JLTV) for widest applicability across the force. SSN RESPONSE SUBMISSION INSTRUCTIONS: Interested vendors are requested to submit one (1) Capabilities Brief addressing their capabilities (may include partnerships, teaming agreements, and/or subcontractors), potential materiel/services solutions that meet the criteria referenced in this document, and a point of contact. The Capabilities Brief should address the following objectives: Solution Description. Capabilities Briefs should discuss how the proposed solution detects, tracks, orients, and/or defeats Groups 1-2 UAS. It should also discuss how the solution integrates onto a vehicle platform. Finally it should describe how the solution is deployed across a Platoon, Company, Battalion, and Brigade level configuration. Physical Details. The Capabilities Brief should include, at a minimum, the interfaces, size, weight, payload(s), rough order of magnitude cost, power requirements, and the proposed systems� technology readiness level. Cost: As the Unit Common Systems will be utilized for general purpose forces, the Army will carefully assess unit cost and total annual sustainment cost due to the scale of this procurement. 4. Demonstration Availability: Vendors should provide submissions for solutions that can support a rapid demonstration, within a one-month notice. The Government is interested in vendors demonstrating their capability at Army Demonstrations beginning in 1QFY26 and beyond. 5. Security Requirements: Vendors must be eligible for a Communications Security (COMSEC) account and demonstrate the ability to maintain National Information Security Program (NISP) standards established by Executive Order 12829. Security requirements for any resultant contract will be a facility cleared to the Secret level with authorization to store COMSEC items and individuals with clearance eligibility to the Secret level. Potential solutions sought shall have full National Security Agency (NSA) approved Type-1 and Advanced Encryption Standard (AES) level encryption capability. Capabilities Briefs shall be unclassified, in PowerPoint (PDF format), and limited to no more than five (5) charts and 11 font Arial size. Tables, drawings and header/footer information shall be 10-point Arial font or larger. If any of the material provided contains proprietary information, then mark and identify disposition instructions (submitted data will not be returned). If a vendor chooses to include a cover page, this will count toward the 5 chart limit. All responses must reference CUAS RFI-25-002 Unit Common. No telephonic inquiries will be accepted. Submit all inquiries and White Paper responses via email for this SSN to Contracting Specialist, Melissa Rios Thomas, melissa.riosthomas.civ@army.mil and cc�d to the Contracting Officer, Michael Wastella, michael.j.wastella.civ@army.mil with reference to CUAS RFI-25-002 Unit Common. Submissions other than those received via email to the POCs referenced may not be reviewed. A return email will confirm your submission was received. Responses must be received no later than 12:00PM CST on 28 May 2025. The Government does not guarantee that questions received after 21 May 2025 will be answered. INDUSTRY DAY PARTICIPATION INSTRUCTIONS An Industry Day Event will be held on 20 May 2025 from 0830-1130 CST. Attendance is highly encouraged but is not mandatory. Participation will be at no expense to the Government and each vendor will be limited to three (3) participants. To register for this event, please email the Contract Specialist, Melissa Rios Thomas, melissa.riosthomas.civ@army.mil, NLT 15 May 2025 at Noon. Upon registration, participants will receive additional information. Failure to register for the event will result in denied entry. Inquiries may be submitted with Industry Day registration. The Government reserves the right to cancel this requirement at any time. 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 solicitation is presented in confidence and may contain trade secret, commercial, or financial information, and it 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. Points of Contact (POC): Questions regarding this announcement 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, controlled unclassified information (CUI), or classified information. Government responses will be posted on SAM.gov at �Additional Documents� to the original SSN posting. 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
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f9337d611d484b3d820f52d3a5ec44e8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07451962-F 20250523/250521230051 (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.