Skip to content
Department of Defense

Request for Information (RFI) for C-sUAS Kinetic Hard-Kill Solutions FA4659-RFI-CSUAS Kinetic

Solicitation: Not available
Notice ID: 72c06003e3d64f4097fece8a9ef8107c
TypeSpecial NoticeSet-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateNDPostedMar 17, 2026, 12:00 AM UTCDueApr 30, 2026, 09:00 PM UTCCloses in 44 days

Special Notice from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: ND. Response deadline: Apr 30, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$23,736,030,346
Sector total $23,736,030,346 • Share 100.0%
Live
Median
$440,522
P10–P90
$34,073$21,753,783
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+832%($19,137,361,296)
Deal sizing
$440,522 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for ND
Live POP
Place of performance
Grand Forks AFB, North Dakota • 58204 United States
State: ND
Contracting office
Grand Forks Afb, ND • 58205 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
ND20260029 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026North Dakota • Rolette
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
POWER EQUIPMENT OPERATOR: GROUP 1
Base $40.20Fringe $25.25
+18 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 18 more rate previews.
Davis-BaconBest fitstate match
ND20260029 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Rolette
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
POWER EQUIPMENT OPERATOR: GROUP 1
Base $40.20Fringe $25.25
Rate
GROUP 2
Base $40.20Fringe $25.25
+17 more occupation rates in this WD
Davis-Baconstate match
ND20260028 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Renville
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
BRICKLAYER
Base $33.16Fringe $15.24
Rate
POWER EQUIPMENT OPERATOR: (Roller)
Base $39.60Fringe $25.25
+17 more occupation rates in this WD
Davis-Baconstate match
ND20260035 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Burke, McHenry, Pierce +1
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
BRICKLAYER
Base $33.16Fringe $15.24
Rate
POWER EQUIPMENT OPERATOR: (Roller)
Base $39.60Fringe $25.25
+17 more occupation rates in this WD
Davis-Baconstate match
ND20260036 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Dickey, Emmons, Grant +3
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
POWER EQUIPMENT OPERATOR: GROUP 1
Base $40.20Fringe $25.25
Rate
GROUP 2
Base $40.20Fringe $25.25
+16 more occupation rates in this WD

Point of Contact

Name
Trenton Cott
Email
trenton.cott@us.af.mil
Phone
7017473750

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4659 319 CONS PK
Contracting Office Address
Grand Forks Afb, ND
58205 USA

Description

Request for Information (RFI) for C-sUAS Kinetic Hard-Kill Solutions

FA4659-RFI-CSUAS Kinetic v2

Response Requested Not Later Than 30 April 2026 @ 1600 CST

Request for Information (RFI) for C-sUAS Kinetic Hard-Kill Solutions for Group 1-3 Unmanned Aerial Systems (UAS)

Introduction:

The Point Defense Battle Lab (PDBL) is seeking information from industry to improve USAF

understanding of market capabilities and identify qualified vendors to collaborate with who are capable of providing Counter Small Unmanned Aircraft Systems (C-sUAS) integration, development, training, and sustainment services.

Responses to this RFI will help identify businesses with C-sUAS technologies and expertise capable of collaborating with the PDBL to carry out its mission to “develop and validate Tactics, Techniques, and Procedures necessary to advance C-sUAS detection, tracking, interception, and neutralization, improving the ability of units to secure Air Force assets, personnel, and continuity of operations.”  

All interested and qualified businesses (i.e., Small Business, Other than Small) are encouraged to

respond to this notice in accordance with the instructions addressed herein. Additionally, all interested and qualified businesses (i.e., Small Business, Other than Small) are encouraged to submit your information on the PDBL Vendor Landing Page at the following link. https://www.grandforks.af.mil/Point-Defense-Battle-Lab/PDBL-Vendor-Landing-Page/

Background:

The USAF established the PDBL to serve as a hub for collaboration, pushing boundaries in
C-sUAS capabilities, ensuring the Air Force maintains tactical superiority against evolving threats, and as a key part of the service’s effort to develop and evaluate advanced technologies to defend installations from sUAS threats.

The PDBL priorities include:

  • Shift installation defense against airborne threats to a more proactive posture.
  • Integrate cutting-edge technology, unit expertise in tactical execution, and academic and industry to rapidly develop TTPs for defeating sUAS threats and ensuring robust force protection.
  • Develop and evaluate advanced technologies to ensure the DAF maintains tactical superiority against evolving aerial threat

Requirements:

PDBL is seeking to collaborate with industry businesses that meet the following requirements:

  1. Ease of Use: The technology or services should be easy to use and require minimal training for operators.

  1. Rapidly Deployable: The technology or services should be capable of being transported via palletized cargo. Able to be set up with a small team (4 personnel or less) within 2 hours.

  1. Extreme Weather: The technology or services must be capable of withstanding and operating in ambient air temperatures of -40, and 20-30 mph winds.

  1. Proprietary Technology: The PDBL Prioritizes Non-proprietary technology, and will accept information on interoperable technology. The PDBL will also accept Proprietary Technology, note proprietary information should be clearly marked.

Technical Parameters for C-sUAS Kinetic Hard-Kill:

The PDBL is interested in technologies or services of the following types:

  1. Advanced Precision Kill Weapon System (APKWS) mid-range precision vehicle and container launchers
  2. Large caliber 30mm gun-based airburst/proximity close-in sustained fire

  1. Small caliber automated weapon stations with C-UAS fire control

  1. Drone on drone autonomous kinetic interceptors with AI-guided to terminal that can be 3-D printed to full size   

  1. High-energy laser with a 2-20kW power range and has precision engagement, single target sequential with atmospheric-sensitive

  1. High-power microwave with a GaN solid-state, and an effective area engagement that is swarm-capable, and weather resistant

Cybersecurity:  If selected through prototyping phase, the technology or service will be required to comply with DoD Instruction 8510.01 (Risk Management Framework for DoD Systems), all information technology products and systems that receive, process, store, display, or transmit DoD information must obtain a formal Authorization to Operate (ATO), which signifies that an Authorizing Official (AO) has reviewed the system's security posture and deemed the residual risk acceptable to the Department of War.

Submission Requirements:

The information requested in support of the Capabilities Statement must be submitted in writing. The submitted Capabilities Statement shall not exceed fifteen (15) pages, in addition to a one (1) page cover letter, for a total submission not to exceed sixteen (16) pages., including:

  1. Company Overview: A brief overview of the company, including its experience and expertise around C-sUAS Kinetic Hard-Kill.

  1. Technology or Services Overview: A detailed description of the proposed technology or services the company offers, including its technical parameters, performance characteristics, and integration requirements.

  1. Technical Approach: A detailed description of the technical approach used for
    C-sUAS Kinetic Hard-Kill technologies or services.

  1. Performance Data: Performance data and test results that demonstrate the technologies or services’ ability to utilize C-sUAS Kinetic Hard-Kill measures to protect USAF assets.

Your submission should be organized in accordance with the instructions in this document to permit a thorough and accurate review by the USAF. Responses to this RFI must be submitted to the USAF via electronic mail no later than 30 April, 2026 at 4:00PM, CST.

Points of Contact:

The points of contact for this submission are: MSgt Jose Ortiz at jose.ortiz.18@us.af.mil, TSgt Trenton A. Cott at trenton.cott@us.af.mil, SSgt Jacob Goodwin at jacob.goodwin.5@us.af.mil, and SrA Jackelyn Richardson jackelyn.richardson.1@us.af.mil

Security:

This RFI is unclassified. Do not include any classified information submitted in response to this RFI. Proprietary information should be clearly marked.

Disclaimer:

THIS REQUEST FOR INFORMATION IS SOLELY FOR INFORMATIONAL AND

PLANNING PURPOSES AND DOES NOT CONSTITUTE A SOLICITATION. In accordance with FAR 15.101(c), Requests for Information. The Government does not currently intend to award a contract, but wants to obtain delivery, market, or capabilities information for planning purposes. Responses to RFIs are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract on the basis of the RFI or otherwise pay for the information requested; and Responses will be treated as information only and not as a proposal. Information received in response to an RFI must be safeguarded adequately from unauthorized disclosure. Contracting officers shall mark the information with date and time of receipt and provide the information to designated officials.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.