Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Counter-small Unmanned Aircraft Systems Soldier Common Solutions

Expired
CUAS-RFI-25-001Federal
AI Contract Overview
Show more

The U.S. Army is seeking to enhance its C-sUAS (Counter-small Unmanned Aircraft Systems) capabilities across the battlefield to address current threats posed by small UAS. The initiative aims to equip every squad, soldier, and unit with common, portable systems capable of detecting and defeating small drones, either through electronic warfare or by integrating with weapon optics. To facilitate this effort, an Industry Day will be held on January 13, 2025, at no cost to the government, with registration required by January 8, 2025. Vendors are invited to submit a white paper outlining their solutions, including potential partnerships or subcontractors, demonstrating how their capabilities meet the specified criteria. The contract, titled "Counter-small Unmanned Aircraft Systems Soldier Common Solutions," is a sources-sought opportunity posted by the Department of the Army, with a response deadline of January 31, 2025. The event and solicitation aim to identify innovative solutions to standardize and deploy effective C-sUAS systems across all Army formations, ensuring soldiers are equipped to counter evolving drone threats on the battlefield.

General Info

Contract seeks C-sUAS enhancements for soldiers; Industry Day on January 13, 2025.

Agency

Department Of Defense → W6QK Acc-rsa

View Agency

NAICS

334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

View NAICS

Place of Performance

Huntsville, AL, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
5 updates
PhaseClosed
Amendment 1

Contract was updated

Amendment 2

Contract was updated

Amendment 3

Contract was updated

Amendment 4

Contract was updated

Posted

Sources Sought

Amendment 5

Contract was updated

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → W6QK Acc-rsa
Contacts2 people available
OfficeREDSTONE ARSENAL, AL, 35898-0000, USA
Organization / Agency
Department Of Defense → W6QK Acc-rsa
View Agency Profile
Office Address

REDSTONE ARSENAL, AL, 35898-0000, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
DESCRIPTION: The current conflicts have highlighted the need to enhance C-sUAS capability across the battlefield. Potentially, every squad, soldier, and unit will require the ability to detect and defeat small UAS and this will require common equipment across every Army formation at the Soldier level. INDUSTRY DAY EVENT The U.S. Government will host an Industry Day on January 13, 2025. Participation will be at no expense to the U.S. Government and each vendor will be limited to two (2) participants. To register for this event, please email MAJ Christine Baughan, Christine.c.Baughan.mil@army.mil, NLT January 08, 2025, at NOON CST. 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. INFORMATION & BACKGROUND: C-sUAS Soldier Common Systems are defined as either an individual or crew-served C-sUAS systems, that provide self-protection, that is Military Occupational Specialty (MOS) Agnostic. 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. Interested vendors are requested to submit one (1) White Paper 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 for the U.S. Government.

Similar Contracts

NAICS: 334511
New
Federal

CONNECTOR ASSEMBLY

This contract for a connector assembly involves the procurement of two individual units, each identified by the National Stock Number (NSN) 6340-00-135-7482, with a delivery schedule of five days from the contract award date. The contract specifies rigorous quality and technical requirements, referencing the DLA Master List of Technical and Quality Requirements, along with compliance to DLA packaging standards per MIL-STD-2073-1E and MIL-STD-129 for marking and handling. The inspection and acceptance points are designated at the destination, ensuring strict adherence to quality control through defined sampling methods such as MIL-STD-1916 or comparable standards. The units are considered critical application items and require careful packaging marked as fragile, with strict instructions for shipment by fastest traceable means, excluding parcel post. The contract is issued under solicitation number SPE4A6-26-T-856Q by the Department of Defense’s ASC Commodities Division, with the place of performance and delivery at Hill Air Force Base, Utah. Configuration change management, cybersecurity self-assessment compliance (CMMC Level 2), and the removal of government identification from non-accepted supplies are integral contractual conditions. Coordination and communication are facilitated through a designated government point of contact, with deliveries expected by February 23, 2026. The contract maintains a zero-variance tolerance on quantity and emphasizes adherence to defense-related packaging, marking, and lifecycle support protocols to ensure the integrity and traceability of the connector assemblies throughout procurement and delivery.

ASC COMMODITIES DIVISION

POSTED

about 8 hours ago

DEADLINE

in 8 days

View Details
NAICS: 334511
New
Federal

CONCENTRATOR, OXYGEN

The contract calls for the procurement of six units of the Saros Medical Oxygen Concentrator, Model 3000, a portable oxygen system engineered for extreme environments including ground, air, and sea operations. The device delivers medical-grade oxygen at 3 liters per minute with a dosing mode up to 96 ml, system output pressure capped at 15 PSI, and a maximum output pressure of 5 PSIG. It is powered by AC with a 130-watt, 24-volt DC rechargeable battery, emphasizing operational flexibility. Each unit must comply with Item Unique Identification (IUID) in line with MIL-STD-130 regulations, ensuring traceability and accountability. The contract references specific technical and quality requirements as listed in the DLA Master List and includes packaging and government identification removal standards for non-accepted supplies. The solicitation, issued by the Department of Defense’s Medical Supply Chain under the Medical Surgical FSF office, specifies delivery within 20 days to the place of performance in Pensacola. The bidders are required to specify the source and part number they will supply for evaluation. The procurement is governed by DFARS clause 252.211-7003 concerning IUID compliance and involves adherence to covered defense information protections. The solicitation is open for response until March 9, 2026, under NAICS code 334511, indicating electronic and electric equipment manufacturing. This contract ensures the acquisition of rugged medical oxygen concentrators essential for critical military medical and operational needs.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 8 hours ago

DEADLINE

in 8 days

View Details
NAICS: 334511
New
Federal

VALVE, POSITIVE END

The contract calls for the supply of Positive End Expiratory Pressure (PEEP) valves designed for use with ventilators and resuscitation devices. These valves provide an adjustable PEEP range from 0 to 20 cm H2O and feature a 22 mm internal diameter connection with a matching adapter, capped in blue. The units must be packaged commercially according to specified procurement documents, ensuring they are sealed and protected from damage during shipment. Packaging must comply with Medical Marking Standard No. 1, replacing previous military standards, and each package contains 10 valves with a total order quantity of 18 packages. The valves must have a shelf life of 36 months, with no more than four months elapsed from manufacture to delivery. Labels on the units are required to include the National Stock Number (NSN), manufacturer and CAGE code, manufacture date, expiration or retest date, and contract or lot number. Delivery is expected within 20 days after the award date, with technical and quality requirements incorporated from the DLA Master List as referenced in the contract. The contract is under solicitations managed by the Department of Defense through the Medical Supply Chain MD Surg FSF, with the place of performance at JBSA Fort Sam Houston. The procurement ensures compliance with DLA packaging and marking guidelines, and removal of government identification from non-accepted supplies is mandated.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 8 hours ago

DEADLINE

in 8 days

View Details