Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2025 SAM #8741
SOURCES SOUGHT

R -- Counter-Unmanned Aircraft Systems International Field Services & Support

Notice Date
10/30/2025 11:33:28 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
CUAS-SSN-25-004
 
Response Due
11/20/2025 10:00:00 PM
 
Archive Date
12/06/2025
 
Point of Contact
Myron Childress, Michael J. Wastella, Phone: 520-674-8165
 
E-Mail Address
myron.p.childress.civ@army.mil, michael.j.wastella.civ@army.mil
(myron.p.childress.civ@army.mil, michael.j.wastella.civ@army.mil)
 
Description
INTRODUCTION: This is a Sources Sought Notice (SSN) for vendors interested in providing potential International Field Services and Support to the Program Executive Office Missiles and Space Counter-Unmanned Aircraft System (C-UAS) Product Office. This SSN is intended to conduct market research of Industry�s C-sUAS field service capabilities. NOTICE DISCLAIMER: This SSN is issued solely for information and planning purposes and to identify interested sources. It does not constitute an invitation for bid, a Request for Proposal (RFP), a solicitation, a request for quote or a promise to issue such documentation in the future. This SSN does not commit the Government to contract for any supply or service. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party's expense. Not responding to this notice does not preclude participation in any future RFP, if issued. Furthermore, it is the responsibility of the interested vendors to monitor SAM.gov for additional information pertaining to this potential requirement. The information provided in this SSN is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this SSN should not be construed as such a commitment or as authorization to incur costs for which reimbursement would be required or sought. Submissions sent to the Government in response to this SSN become Government property and will not be returned. Additionally, responses including data that the offeror does not want disclosed to the public for any purpose or used by the Government except for informational purposes must be marked appropriately. The Government reserves the right to utilize all, some, or none of the Capabilities Brief or presentations in response to this SSN. INTERNATIONAL FIELD SERVICES & SUPPORT DESCRIPTION: Modern C-UAS operations rely on a System of Systems (SoS) approach, integrating multiple sensors, effectors, and command-and-control (C2) platforms to detect, track, and defeat unmanned aerial threats. These systems are deployed in complex, multinational environments where interoperability, agility, and technical resilience are paramount. To sustain these capabilities, the Government requires highly skilled Field Service Representatives (FSRs) with expertise in SoS integration, sustainment, and operational support across diverse international theaters. The anticipated requirements include: 1. Technical Field Support: Deployment of SoS-qualified FSRs to international locations for on-site support where personnel must possess deep technical fluency across Radio Frequency (RF) detection, radar, Electro-Optical/Infrared (EO/IR) tracking, kinetic and non-kinetic defeat mechanisms, and C2 integration. On-site System Sustainment is expected to include diagnostics, repair, calibration, and performance optimization of interconnected subsystems. Field support will also include Interoperability Engineering for integration with host nation and allied networks, ensuring seamless data exchange and coordinated response. 2. Training and Capacity Building: Delivery of Operator and Maintainer Training with hands-on instruction tailored to host nation personnel, covering system operation, maintenance, and tactical employment. Further, continuous support for Train-the-Trainer programs will be designed to build indigenous capacity and reduce long-term reliance on U.S. personnel. 3. Logistics and Lifecycle Support: Sustainment planning will include forecasting and provisioning of spare parts, consumables, and mission-critical components. Vendor will provide in-country support for coordination of international shipments, customs clearance, and adherence to ITAR and host nation regulations. Field-level support will also be provided for Software and Firmware updates, patches, and configuration control across integrated systems. 4. Operational Coordination and Advisement: Principle in-country program representative supporting Host-Country military command and serving as the liaison to U.S. country team and Combatant Command units. Assist, as necessary, in mission planning and post-mission reviews. SSN RESPONSE SUBMISSION INSTRUCTIONS: Interested vendors are requested to submit one (1) Capabilities Brief addressing their proposed services solutions that meet the criteria referenced in this document (may include partnerships, teaming agreements, and/or subcontractors), and a point of contact. The Capabilities Brief should address the following objectives: Executive Summary: High-level overview of the company�s mission, core competencies, and relevance to C-UAS operations. Summary of past performance in expeditionary or coalition environments. Statement of readiness to support international deployments. Technical Capabilities: Description of experience with SoS C-UAS platforms, including sensors, effectors, C2 systems, and data fusion. Details on ability to deploy and sustain FSRs with multi-domain technical proficiency. Capability to facilitate and troubleshoot component integration between host nation networks and allied systems. Support for system emplacement, spectrum management, and mission planning. Global Deployment Experience: Summary of prior international field support missions (locations, durations, scope). Language capabilities and cultural adaptability for host nation engagement. Training credentials (OEM certifications, DoD-recognized programs). Capabilities Briefs shall be unclassified, in PowerPoint (PDF format), and limited to no more than five (5) charts and 11 font Arial size. Tables, drawings and header/footer information shall be 10-point Arial font or larger. If any of the material provided contains proprietary information, then mark and identify disposition instructions (submitted data will not be returned). All responses must reference CUAS RFI-25-004 International Field Services and Support. No telephonic inquiries will be accepted. Submit all inquiries and White Paper responses via email for this SSN to Contracting Specialist, myron.p.childress.civ@army.mil and cc�d to the Contracting Officer, michael.j.wastella.civ@army.mil with reference to CUAS SSN-25-004 International Field Services and Support. A return email will confirm your submission was received. Responses must be received no later than 12:00PM CST on 21 NOV 2025. The Government does not guarantee that questions received after 14 NOV 2025 will be answered. The Government reserves the right to cancel this requirement at any time. Non-Government Advisors: Non-Government advisors may be used in the evaluation of White Papers and will have signed non-disclosure agreements (NDAs) with the Government. The Government understands that information provided in response to this solicitation is presented in confidence and may contain trade secret, commercial, or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by Law, to include: a.) 18 USC 1905 (Trade Secrets Act), b.) 18 USC 1831 et seq. (Economic Espionage Act), c.) 5 USC 552(b)(4) (Freedom of Information Act), d.) Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and e.) Any other statute, regulation, or requirement applicable to Government employees. Points of Contact (POC): Questions regarding this announcement shall be submitted in writing by e-mail to the Contract Specialist at myron.p.childress.civ@army.mil and cc�d to the Contracting Officer, michael.j.wastella.civ@army.mil. Verbal questions will not be accepted. Questions shall not contain proprietary, controlled unclassified information (CUI), or classified information. Government responses will be posted on SAM.gov at �Additional Documents� to the original SSN posting. Contact Information: Army Contracting Command � Redstone Arsenal Building 5303 Martin Road, Redstone Arsenal, AL 35898-0000 Primary Point of Contact Myron P. Childress, Contract Specialist myron.p.childress.civ@army.mil Secondary Point of Contact Michael J. Wastella, Contracting Officer michael.j.wastella.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/780e0ee354674bf6a5fa8d5ef8b28637/view)
 
Record
SN07632249-F 20251101/251030230037 (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.