Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2025 SAM #8762
SOURCES SOUGHT

14 -- Request for Information � Small Form Factor Component Technologies for a C-sUAS Interceptor

Notice Date
11/20/2025 7:07:39 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-26-R-0003
 
Response Due
12/19/2025 9:00:00 AM
 
Archive Date
01/03/2026
 
Point of Contact
Tammy J. Benson
 
E-Mail Address
tammy.j.benson.civ@army.mil
(tammy.j.benson.civ@army.mil)
 
Description
REQUEST FOR INFORMATION FOR PLANNING PURPOSES The United States Government (USG) will not pay for any costs related to responding to this Request for Information (RFI). Although ""offeror"" is used in this RFI, your response will be treated as information only. It shall not be used as a proposal. This RFI is issued for the purpose of acquiring information on research, development, and testing of seeker technologies for application in United States (U.S.) Army missile systems. Pursuant to Federal Acquisition Regulation (FAR) 15.2, this notice is being issued as an RFI. Any questions concerning this posting should reference RFI number W31P4Q-26-R-0003 and be sent to the contractual Point of Contact (POC) Ms. Tammy Benson at tammy.j.benson.civ@army.mil., U.S. Army Contracting Command-Redstone, CCAM-MZA-B, Redstone Arsenal, AL. Telephone requests for additional information will not be honored. Question submittals must also include Company name, CAGE code, and appropriate POC information. The U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation and Missile Center (AvMC) is currently conducting market research only. No award is intended as a result of this RFI nor does the USG intend to pay for information received. Responses to this notice are not an offer and cannot be accepted by the USG to form a binding contract. RFI responses will only be accepted from U.S. companies and organizations. SYNOPSIS The evolution and proliferation of Small Unmanned Aircraft Systems (sUAS) in mass attack scenarios is currently being demonstrated in global warfare engagements. These types of engagements can quickly overwhelm current defense architectures and drive the need for deep magazines with versatile deployment options at low cost per kill. To prepare for these types of scenarios, the DEVCOM AvMC Missile Science & Technology (S&T) Capability Area Lead (CAL) for Air and Missile Defense (AMD) is conducting research to identify potential interested sources with existing component technologies that enable small form factor interceptors and address the Counter-Small Unmanned Aircraft System (C-sUAS) mission. This request is to inform planning of a C-sUAS missile S&T program by evaluating Commercial Off-The-Shelf (COTS) and Government Off-The-Shelf (GOTS) missile component concepts that exist currently. Components of interest include seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Unit/Inertial Measurement Unit (GNU/IMU), and mission computers. Respondents should describe component technologies that are at Technology Readiness Level 5 (TRL5) or greater and have immediate availability for demonstration in a lab environment. The exact form factor of the future C-sUAS missile has not yet been defined. The AMD CAL has ongoing trade studies that will help inform form factor as well as help define necessary component technologies that require maturation. An initial set of attributes that all component submissions must have are provided in bullet format below. Small form factor and capable of being packaged within 40mm � 70mm diameter missiles Tolerant to military environment and launch accelerations of 30G Minimum component TRL/MRL of 5 Scalable to high-volume production at low cost per unit RFI INTENT The primary objective of this RFI is to provide the USG with a comprehensive database of readily available component technologies that may be leveraged in support of a future C-sUAS Interceptor program. As stated previously, this future interceptor is currently undefined in terms of physical constraints and Concept of Operations (CONOPS). The component submissions provided in this RFI, in conjunction with ongoing AMD CAL trade studies, will be used to help shape these constraints. The USG intends to evaluate these components through Subject Matter Expert (SME) evaluation and/or Government lab testing. Components will be evaluated against technical specifications, maturity, and affordability. It is important that the components are smaller and cheaper than legacy systems for mobile C-sUAS configurations and are readily available for integration. Objectively, the components would enable lethality against Group 1-2 UAS at ranges of 1-4 km while providing maneuver forces with a deep magazine of quick response, low cost per kill interceptors. The USG reserves the right to ask for additional clarifying information on certain component submissions. RESPONSE CONTENT The AMD CAL requests that each offeror�s response consists of two documents: a technical white paper and an Excel format data sheet (Enclosure A). Expected format of the technical white paper is provided below. Offerors are encouraged to respond with any component technologies that meet the minimum maturity and form factor specifications stated above. The AMD CAL requests all components be included in a single submission. Multiple items may be submitted as part of a single component (i.e., an offeror with multiple seeker solutions may submit all of them in a single submission given they fall within the overarching specifications provided above). The Excel formatted data sheet will be provided to offerors as part of this RFI (Enclosure A). The document consists of individual tabs for each component the AMD CAL is interested in. Offerors are asked to populate each tab with relevant information as it relates to their individual component submissions. The requested format of the technical white paper is as follows: COVER PAGE: Please provide one page with the following information: Company Name Mailing address Classified mailing address (if available) Commercial and Government Entity (CAGE) code Data Universal Numbering System (DUNS) code (if applicable) Valid name, e-mail, and phone number of a designated company POC Web page URL Part A. Business Information: (Suggested 0.5 Pages) Please provide the following information for your company and for any teaming or joint venture partners: Active Security Clearance Level of the respondent and potential teammates/subcontractors (Facility and Personnel) Size of business pursuant to North American Industry Classification System (NAICS) 541715 � Guided missile and space vehicle parts (except engines) research and development Based on the above NAICS Code, state (Yes/No) whether your company qualifies as a Small Business, Woman Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUB Zone Certified, Veteran Owned Small Business, Service Disabled Small Business, or Central Company Registration. Part B. Company Capability: (Suggested 2.5 Pages) Candidate technical solutions should be supported by company experience with missile component development, and the company�s understanding of surface-to-air-missile components as a C-sUAS solution. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Describe your processes, experience, and facilities for producing aforementioned components. Of particular interest are production timelines and quantities. Describe the employee assets your company leverages/has leveraged in the past to integrate your component(s) onto a missile system. Describe your company's approach to quality management and inform the USG of your company's compliance to quality standards. Part C. Technical Submission: (Suggested 5 Pages) The response will include a description of the candidate missile component(s) in one or more of the 5 named categories (seeker, CAS, battery, GNU/IMU, CPU), and how the solution meets the goals outlined in this RFI. Recommended 1-2 pages per component. Your submission should also: Outline key performance capabilities of your component. Detail component key technical metrics. Describe the overall technical approach to meet the threat. Estimate the component�s ability to fill capability gaps against Group 1-2 UAS. Describe the maturity of your technologies Include current Technology Readiness Level (TRL), Manufacturing Readiness Level (MRL) and Integration Readiness Level (IRL) with justification. Identify where, if anywhere, components have been previously used. Describe steps it would take to integrate the component with an all-up-round solution. Detail any physical constraints/limitations of integration and any risk associated with potential integration. SUBMISSION INSTRUCTIONS. All responses must be unclassified or Controlled Unclassified Information (CUI). All CUI responses require the respondent to contact the contractual POC, Ms. Tammy Benson at tammy.j.benson.civ@army.mil. for a �DoD SAFE request a drop-off� no later than 11:00 AM CST, Tuesday, 16 December 2025. All responses are due no later than 11:00 AM CST, Friday, 19 December 2025. Response content should comply with the following: Submitted electronically in an unprotected version of Microsoft Word & Microsoft Excel The file name should contain the responder's company name (i.e., System concept-XYZ Corp). Limited to 10 pages (excluding Cover Page) Times New Roman, Size 12 Font, Single Spaced, 1 inch margin, with embedded figures (if used) in Microsoft Word. Less than 8 GB UNCLASSIFIED SUBMISSION Unclassified submissions should be submitted via email to the contractual POC, Ms. Tammy Benson at tammy.j.benson.civ@army.mil. The subject line should reference RFI number W31P4Q-26-R-0003 and contain the submission file name (i.e., System concept-XYZ Corp). The email of the sender should be the same as the valid e-mail of the designated company POC. CUI SUBMISSION CUI submittals should be coordinated with the contractual POC, Ms. Tammy Benson at tammy.j.benson.civ@army.mil via these steps: Company emails the contractual POC with intent for CUI response. Subject Line: �RFI W31P4Q-26-R-0003 Request for DoD SAFE {file name}�; {file name} is System concept-XYZ Corp Contractual POC sends a �DoD SAFE request a drop-off� Contractual POC sends a Passphrase to Company The Company fills out DoD SAFE site information using valid email of the designated company POC, and the subject line should reference RFI number W31P4Q-26-R-0003 and contain the submission file name (i.e., System concept-XYZ Corp). Marketing material is considered an insufficient response to this RFI. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. The USG will honor appropriate proprietary claims to prevent improper disclosure. CONTENT REVIEW. The submissions will be reviewed by USG personnel and their support contractors. All information provided will be adequately protected. Any proprietary information must be identified. To be reviewed, the statement ""Releasable to USG agencies and their supporting contractors for review only"" must accompany any proprietary submission. USG personnel reserve the right to request further clarification or request presentations to enhance understanding of the respondent's submittal. Material from respondent with the exception of identified proprietary information may be incorporated into future program documentation to include future solicitations. When reviewing, USG personnel and their supporting contractors will consider: How well the component meets the strategic objective of providing smaller, lower cost, higher magazine depth C-sUAS interceptors to be developed in the future. Technical feasibility and level of innovation of the component concept Assessed TRL, MRL, and IRL of the candidate components.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e183364fda9a439188b43b597b0e7068/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07648483-F 20251122/251120230042 (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.