SOURCES SOUGHT
15 -- sUAS Purpose Built Attritable Systems (PBAS) USAEUR
- Notice Date
- 8/4/2025 1:40:31 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- 0409 AQ HQ CONTRACT APO AE 09114 USA
- ZIP Code
- 09114
- Solicitation Number
- W912PB25RA000
- Response Due
- 8/14/2025 3:00:00 PM
- Archive Date
- 08/30/2025
- Point of Contact
- Debbie Frankovich, Phone: 499641705268734, Holly Imbriaco, Phone: 499641705268737
- E-Mail Address
-
debbie.c.frankovich.civ@army.mil, holly.c.imbriaco.civ@army.mil
(debbie.c.frankovich.civ@army.mil, holly.c.imbriaco.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This sources sought has been amended to update the response due date to 15 August 2025 and the Attachment 0001 Parts List. All interested vendors are requested to submit the updated Attachment 0001 - Parts List (EUCOM sUAS BPA Products and Parts List ver 1.0) NLT than 15 August 2025. Background The Purpose Built Attritable Systems (PBAS) small Unmanned Aircraft Systems (sUAS) program leverages a modular, open-systems architecture featuring standardized interfaces and open-source software. This design approach mitigates proprietary barriers and facilitates integration of additional vendor components. This effort aligns with DoD�s Modular Open Systems Approach (MOSA) objectives and supports the Army�s goal of developing interoperability and interchangeability standards for attritable sUAS platforms. Requirement The purpose of this sources sought is to identify vendors to be added to a Blanket Purchase Agreement. The Government intends to identify multiple sources for the parts listed in the, Attachment 0001 Parts List. *To be identified as a potential vendor you do not have to be able to supply all the parts listed. The parts list specifies that each component must be brand name or equivalent. Equivalent means it must: Meet the essential functional and performance characteristics of the brand-name item. Be suitable for the intended use. It must provide the same level of quality and reliability. NDAA Compliance The Government also needs components listed on Attachment 0001 to be NDAA compliant. The NDAA, specifically Section 889 of the 2019 NDAA (and subsequent amendments in later NDAs), aims to prohibit the U.S. government from contracting with companies that use certain drone components manufactured by companies identified as posing a national security risk What Drone Components are ""Covered""? The covered drone components, as defined by the Department of Defense (DoD) include: Flight Controllers: The ""brain"" of the drone, responsible for controlling flight. Electronic Speed Controllers (ESCs): Control the speed of the motors. Batteries: Lithium-polymer (LiPo) and other drone batteries. Radio Transmitters and Receivers: Used for communication between the drone and the operator. Cameras & Gimbals: Especially those with advanced features or data transmission capabilities. Navigation Modules (GPS, IMUs): Essential for drone positioning and navigation. Processors and Microcontrollers: Key components in many drone systems. Sensors: Including LiDAR, thermal sensors, and other specialized sensors. Communication Modules: Components enabling data transmission. Software: Specifically, firmware and software that controls critical drone functions. Impact on Government Contractors: Supply Chain Due Diligence: Contractors are responsible for ensuring their supply chains are free of prohibited components. Certification: Contractors may be required to certify that they are not using covered components. Subcontractor Flowdown: The NDAA requirements flow down to subcontractors. Potential Penalties: Violations of the NDAA can result in significant penalties, including contract termination and fines. More information can be found: https://sam.gov/announcements/american-security-drone-act-covered-foreign-entity-list and https://www.acquisition.gov/Section-889-Policies and https://www.acq.osd.mil/dpap/policy/policyvault/USA000827-20-DPC.pdf Considerations: The delivery address listed on the Attachment 0001, parts list will not be the only delivery address. It is anticipated to have deliveries taking place throughout the European theatre of operations and there is potential for deliveries to occur within the Continental United States (CONUS).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4a551930d8c54eeb863c50a3493242c2/view)
- Place of Performance
- Address: Vilseck, DE-BY, DEU
- Country: DEU
- Country: DEU
- Record
- SN07535758-F 20250806/250804230051 (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 |