Skip to main content

An official website of the United States government

You have 2 new alerts

Counter-small Unmanned Aircraft Systems (C-sUAS) Low Collateral Effects Interceptor (LCEI) Request for Information (RFI)

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)
  • Original Published Date: Oct 24, 2024 11:15 am EDT
  • Original Response Date: Nov 25, 2024 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 10, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Hanscom AFB , MA 01731
    USA

Description

Background: The United States Air Force (USAF) Counter small-Unmanned Aircraft Systems (C-sUAS) branch (AFLCMC/HBUC) is requesting information regarding Low Collateral Effects Interceptor technologies related to combatting the sUAS threat (Groups 1 and 2) as presented in Table 1 in the attached document. An LCEI should be autonomous aircraft with hard kill systems effective against Groups 1 and 2 sUAS aircraft. All interceptor systems must be hosted on air vehicles that can be determined to be air-worthy by the government:

  • The air vehicle must be based on or derived from U.S. components and electronics.  
  • The air vehicle must have sufficient flight hours and reliability data.

Instructions: 

1. The document attached contains a form to be filled out concerning the description of the C-UAS technologies that a respondent desires to submit back for this RFI. The form allows Contractors to provide their product’s detailed specifications and can be used by the Government to determine which systems meet their needs. ​​​​​​

2. *** Responses to this request are due no later than Monday, 25 November 2024, at 4:00 P.M. Eastern Standard Time (EST) to Contracting Officer, Robert Gill at Robert.gill.12@us.af.mil and Program Manager, 2d LT Addison Howland at addison.howland.1@us.af.mil. Responses to this notice may not be returned. Please request a confirmed receipt ***

3. Failure to provide documentation may result in the government being unable to adequately assess the product’s capabilities and its suitability to meet government requirements.  However, the information provided on this form shall NOT exceed the CONTROLLED UNCLASSIFIED INFORMATION (CUI), formerly UNCLASSIFIED//FOUO. If existing substantiation is desired to be submitted in addition to this form (e.g., DD1494, additional slick sheets, photos, system architecture diagrams, etc.), please attach in your response as separate files. Classified data should not be submitted in response to this RFI without prior coordination with the Points of Contact (POC) below.  If classified data is desired to be included, first contact the POCs in attachment to establish an appropriate means of transmittal for classified data.

THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL (RFP) ISSUANCE. This request is issued for the purpose of exchanging information and market research that will allow industry to best communicate to the Government their capabilities through this exchange of information. Responses to this request are voluntary and will not affect any contractor's ability to submit a proposal if, or when, an RFP is released. The requested information is for planning purposes only and does NOT constitute a commitment, implied or otherwise, that a procurement action will be issued.

No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this request.

The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information.

No award will be made as a result of this request. This request is for informational purposes only to promote exchanges of information with industry. The Government will not pay for any information and/or materials received in response to this request for information and is in no way obligated by the information received.

Contact Information

Contracting Office Address

  • BLDG 1612 CP 7812251107 3 EGLIN STREET
  • HANSCOM AFB , MA 01731
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Dec 11, 2024 12:00 am ESTSources Sought (Original)