Skip to main content

An official website of the United States government

You have 2 new alerts

Counter-Unmanned Systems (cUxS) Electronic Warfare (EW)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Aug 29, 2023 02:41 pm EDT
  • Original Response Date: Sep 15, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

The Government is interested in collecting information on Counter-Unmanned Systems (cUxS) Electronic Warfare (EW) systems currently available (or will be available in the next Fiscal-Year).  Information provided in the responses to this announcement are purely for market research to provide the Government with an understanding on what is currently available.

Detection Range:

What is the expected detection/mitigation range from experimental or operational data?

Identification Range:

What methods are used to identify unmanned systems?

Is the system capable of identifying/classifying unknown signals?

Tracking Capability:

What methods are used to track unmanned systems?

How many UxS is the system capable of tracking at one time?

Mitigation Capability:

What methods are used to mitigate and/or defeat unmanned systems?

Is the system capable of mitigating and/or defeating multiple UxS simultaneously? (Specifically for alternatives to wide-band jamming)

Automation:

Does the system implement any sort of artificial intelligence/machine learning to assist operators?

To what degree can automation be tailored to a mission set?

Technology Readiness Level:

What is the technology readiness level of the system?

What customers use the system operationally or in a test environment?

Manufacturing:

What is the manufacturing readiness level of the system?

Does the vendor retain AS9100 certification?

Is there an active production line for the system?

What is the lead time for procurement?

Integration Capability:

Has the system been integrated into known DoD command and control software (i.e. FAAD C2, EBRISS, MEDUSA)?

What common architecture/communication methods does it use (i.e. UC2, WES ICD)?

Does the system use common data formats for data export (non-proprietary)?

Supportability:

Are technical, operational, and maintenance manuals available for the system?

What type of logistics support is available for the system? Can the system be maintained and sustained at the unit level? Depot level?

What is the expected sparing footprint for the customer?

How are system software/firmware upgrades conducted? Does the system support software/firmware upgrades by the user?

What is the expected service life of the system? How long does the manufacturer plan to support system operations as OEM?

Does the system include a troubleshooting/engineering capability for test and evaluation?

Scalability:

Is the system capable of being scaled to cover larger or smaller areas (multiple sensor/effector locations)?

What features does the system include to ease configuration to mission sets?

Classification:

What level of classification is the system held at?

Please provide system SCG or reference applicable DoD SCG system adheres to, if available.

Safety:

Have DoD safety certifications or evaluations been completed? Has MIL STD 461, RADHAZ, HERO/HERP/HERF, EMI/EMC been completed?  Please list all applicable.

Authority to Operate:

Does the system have valid Authorities To Operate (ATOs) for DoD/Government use?

Does the system have any existing cyber security accreditations/certifications?

Cost:

What is the unit cost (approximate is okay)?

Are there available contracting vehicles for procurement of systems (if so, what organization owns the contract?)?

Future Capability:

Can you speak to what future capabilities are under development for the system?

**DISCLAIMER**

THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY.  THIS IS NOT A REQUEST FOR PROPOSAL.  IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.  RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.  NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.  ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

Contact Information

Contracting Office Address

  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA

Primary Point of Contact

Secondary Point of Contact

History