Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 05, 2025 SAM #8622
SOURCES SOUGHT

15 -- Uncrewed Aircraft Systems (UAS) for the United States Army

Notice Date
7/3/2025 11:02:20 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-25-2-SS04
 
Response Due
7/16/2025 2:00:00 PM
 
Archive Date
07/31/2025
 
Point of Contact
Elbert Clarke, Miguel Harris
 
E-Mail Address
elbert.clarke.civ@army.mil, miguel.c.harris.civ@army.mil
(elbert.clarke.civ@army.mil, miguel.c.harris.civ@army.mil)
 
Description
General Information Contract Opportunity Type: Sources Sought Classification Original Set Aside: N/A Product Service Code: 1550 Description Uncrewed Aircraft Systems (UAS) for the United States Army Product Service Code: 15 - AEROSPACE CRAFT AND STRUCTURAL COMPONENTS NAICS Code: 336411 � Aircraft Manufacturing. 336413 � Other Aircraft Parts and Auxiliary Equipment Manufacturing. 334511 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. 334290 � Other Communications Equipment Manufacturing. Place of Performance: Army Contracting Command � Redstone, 5303 Martin Road Sparkman Center, Redstone Arsenal, AL 35898, USA Purpose: This Sources Sought is for market research purposes to assess Small Uncrewed Aircraft Systems (SUAS) candidates, and evaluate the commercial industrial base to achieve production scale to quantities in the thousands. Responses to this Sources Sought may be used to make informed decisions regarding future procurement requirements, therefore the UAS must be 2020 NDAA Sec 848, 2023 NDAA Sec 817 and American Security Drone Act of 2023 (2024 NDAA, PL 118-31, DIV A, Title XVIII, Subtitle B, SEC. 1821) compliant or demonstrate a path to compliance. Details: The Army, through the Program Executive Office (PEO), Aviation, is seeking vendors with solutions that deliver the following: Unit cost for air vehicle less than $2,000.00. Additional dependent equipment to include ground control station/controller, communications equipment, goggles, batteries, and charging station for one to many controllers to UAS. Cost for these items will be fairly considered during response evaluation. Production capability to deliver an initial quantity of systems by 30 September 2025 with the ability to quickly ramp production and deliver larger quantities up to 10,000 air vehicles within 12 months. The ability for our Soldiers to modify, within reason, the system with a variety of third-party payloads, armaments, and munitions without vendor involvement The ability for our Soldiers to repair the system without vendor involvement Intent: The Army requires low-cost UAS for immediate fielding with up to 10,000 air vehicles within 12 months. The ability to deliver systems at or below our threshold cost is the primary weighted measure. The system performance characteristics will distinguish systems meeting this core requirement. The production capability as well as the ability for Soldiers to modify and repair are additional distinguishing characteristics. The intent for modifications is to ensure Soldiers are able to add simple payloads (such as 30mm mortars, grenades, or other lethal payloads) and non-lethal capabilities based on mission needs without vendor involvement in the field. These systems may also be utilized as targets during Counter Unmanned Aircraft Systems (C-UAS) training and other training exercises. Likewise, Soldier repair is needed to allow units to fully understand their equipment and stay in the fight while waiting for additional systems / spare components. This Sources Sought is intended to complement the Government�s understanding from the recently released Sources Sought Notification for Purpose Built Attritable Systems (PBAS), published on 16 April 2025 requirements. This Sources Sought focuses more on cost without the constraints of performance, payloads, and other requirements in the previous announcement. The goal of this Sources Sought is to deliver low- cost UAS solutions into Army formations rapidly and reduce �gold plating.� The Army must expand UAS production capacity across the industrial base. Funding is available to achieve this capacity expansion. Request: The Government encourages interested parties to respond. Interested parties should fill out the accompanying Response Template in its entirety. Interested parties may also submit a one (1) page white paper that provides additional detail about your solution. The Government will assess the vendor responses and may invite select vendors to demonstrate current capabilities and submit additional details. Vendor demonstrations will include the full range of system capabilities. Instructions for White Paper Submission: Responses to this Sources Sought Notification are for information and planning purposes only and does not constitute a proposal. The Government may use FAR Part 12 or Other Transaction Authorities to contract for these UAS. This Sources Sought does not commit the Government to a contract or an agreement for any supply or service. The issuance of this Sources Sought does not obligate or restrict the Government to an eventual acquisition approach, nor does it obligate the Government to issue a solicitation. The Government will not consider or accept unsolicited proposals or any other kinds of offers to form a binding contract. The information provided in this Sources Sought is subject to change and is not binding on the Government. Respondents are responsible for all expenses associated with responding to this Sources Sought. The Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur because of this Sources Sought. Therefore, all costs associated with the Sources Sought submissions are solely at the expense of the respondent submitting the information. The Government may request additional information upon review of the submissions. Clearly mark all proprietary information. Do not include classified documents in your response. Please be advised, all information submitted in response to the Sources Sought becomes the property of the US Government. The Government will handle all ""proprietary"" marked Sources Sought information accordingly. The Government may utilize non-Government personnel (support contractors) to review responses to this Sources Sought. Markings on the submissions in response to this Sources Sought should reflect the information that is releasable to DoD support contractors solely for the purposes stated herein. Responses to this Sources Sought shall not exceed the total email file size of 10MB. The Government will not review responses exceeding this limit. Responses must include a fully completed Response Template (provided). Responses may also include a white paper that shall not exceed one (1) single-side page on 8.5 x 11 size paper, shall not include a font size smaller than Arial 10, and shall include all applicable technologies identified herein. The Government will only accept information readable by Microsoft (MS) Word 365, MS Excel 365, and compatible versions, or Adobe Acrobat and shall have proper markings (No CLASSIFIED information). Submit all responses via email to the point of contact listed below. UAS Sources Sought Responses should include: 1. Company Name, Unique Entity ID, CAGE Code, DUNS number, Company Address, and Place of Performance Address 2. Point of contact, including name, title, phone, and email address 3. Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran Owned Small Business, Service-Disable Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business This Sources Sought remains open from the date of publication through 18 July 2025. Parties including commercial firms, institutions of higher education and with degree granting programs in science and/or engineering (universities), or consortia led by such concerns may submit information. The Government encourages participation by small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small-disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns. Submit all responses by 1600 hours CST 18 July 2025 to: Elbert Clarke Team Lead Contracting Officer-PCO Army Contracting Command-Redstone Arsenal elbert.clarke.civ@army.mil Miguel Harris Contract Specialist Aviation Directorate Army Contracting Command-Redstone Arsenal Email: miguel.c.harris.civ@army.mil Revision: 2 July 2025 - Template Sources Sought Notification UAS 30 June 2025 MH has been replace with Template Sources Sought Notification UAS 30 June 2025 MHRev1 Revision: 3 July 2025 - Army Sources Sought Notification v4 1 Jul 2025 MH has been replace with Army Sources Sought Notification v6 3 Jul 2025 MHRev1
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3364e60e80d54ca1aa38779e63cda29d/view)
 
Place of Performance
Address: Huntsville, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07499233-F 20250705/250703230042 (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.