Search Contract Opportunities

Drone Detection System, Sault Sainte Marie, MI

ID: W911XK25QA012 • Type: Synopsis Solicitation

Description

Drone Detection System Combined Synopsis/Solicitation

The U.S. Army Corps of Engineers (USACE) Detroit District has a requirement to provide parts and professional services via remotely for Drone Detection. This contract will be to provide all products delivered to the Soo Project Office, Sault Sainte Marie, MI 49783. The contractor shall provide new serviceable units in accordance with manufacturer recommendations, as well as the most current OSHA, ASME, and USACE EM 385-1-1 requirements.

(i) This is a combined synopsis/solicitation for a commercial product prepared in accordance with FAR Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation is being provided.

(ii) The solicitation number is W911XK24QA012. The solicitation is being issued as a Request for Quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 dated January 17,2025, and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) dated January 17,2025. This action is subject to any changes to the Federal Acquisition Regulation (FAR) and the DFARS prior to establishment of this date.

(iv) This procurement is being competed as a Small Disadvantaged Business Concern set aside. It is being procured as Firm-Fixed Price (FFP) under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The associated NAICS code is: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, 1,350 employees size standard. The PSC code is 5840 - Radar Equipment, Except Airborne.

(v) All quote submissions shall address the Drone Detection System salient characteristics contained in the solicitation. Offerors are encouraged to provide detail specific information. Information provided in the quotation should be relevant to the specifications of the system.

(vi) Description of requirements for the items to be acquired:

a. The system must use spectrum sensing to detect potential drone and controllers in seconds. Once detected, the signal is analyzed and run through several filters to ensure that it is in fact a drone or controller signal, and to calculate its location.

b. The system needs to track drones across a broad range of standard channels used for drone communications including 400/900 MHz and 2.4/5.8 GHz.

c. The system should use Software-Defined Radio (SDR) to control which frequencies and physical signal characteristics are received and analyzed. This means the frequencies can be changed without the need to replace expensive hardware.

d. Must store unique drone physical signal characteristics in a library of known drones that includes the majority of consumer and commercial drones. Drones or controllers not included in the library will be listed as "Unidentified" but may still be detected and located.

e. The system needs to be able to use the differences in received physical signals by each sensor to trilaterate the location of the drone or controller.

f. The system must display the location of each device in the Command Console in real time. Detection events can also be replayed to assist with incident analysis.

g. The system must be able to display user tools such as heat mapping, a historical trailing line for UAS movements and specific
location data.

h. The system must be able to detect both the drone and the pilot/controller simultaneously and can detect multiple drones and
their pilots at the same time.

i. The system must have the capability for expansion and be able to be configured to cover non symmetrical areas.

j. Professional Services to cover training, troubleshooting and hardware malfunctions

k. Miscellaneous Attachments specified in the Scope of Work

(vii) Delivery Requirements:

a. Location of Delivery is 119 East Water Street, Sault Sainte Marie, MI 49783

b. Shipment will occur 4-6 weeks after contract award.

(viii) Basis of Award: The Government intends to award one contract to the lowest priced offeror that meets the requirements as
laid out in this RFQ. The Government may also choose to negotiate if only one offer is received.

(ix) Customary commercial practices for warranty requirements are applicable for this acquisition.

(x) The Offeror shall submit an electronic quote. All quotation information must be in the English language and priced in U.S. dollars. The Government reserves the right to seek clarification on any aspect of the offeror's quote.

(xi) Quotes for this requirement are due on May 20, 2025, at 2:00 PM (Eastern). Quotes shall be emailed to the Contracting Officer and Contract Specialist identified in the RFQ.

INSTRUCTIONS TO OFFERORS

1. INTENT
The intent of this Request for Quote (RFQ) is to award one (1) Firm-Fixed Price Supply Contract for the purchase of new Drone Detection System.This contract will be to provide all products delivered to the Soo Project Office, Sault Sainte Marie, MI 49783. The contractor shall provide new serviceable units in accordance with manufacturer recommendations, as well as the most current OSHA, ASME, and USACE EM 385-1-1 requirements.

2. BASIS OF AWARD
Award will be made to the Lowest Priced Offeror that meets the requirements as laid out in this RFQ and is determined to be responsible by the Contracting Officer. The Government may also choose to negotiate if only one offer is received.

3. GENERAL
a. This procurement is being competed as a Small Disadvantaged Business Concern set aside. It is being procured as Firm-Fixed Price (FFP) under Federal Acquisition Regulation (FAR) Part 12,Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures.

b. The associated North American Industry Classification System (NAICS) Code is 334511 which has a small business size standard of 1,350 employees. Please note: the business size in SAM is determined by the NAICS code. If the vendor size is not listed correctly for a particular NAICS code in SAM, the business will be considered other than a small business.

c. All offerors are reminded to complete all FAR and DFARS provisions related to Representations and Certifications. An offeror may complete the certifications at https://www.sam.gov in lieu of completing and submitting the representations and certifications contained in this solicitation provided that all FAR and DFARS certifications contained in the solicitation has been completed online.

d. Remember to fill in and sign the Standard Form (SF) 1449 from the front of the Solicitation, before submission.

e. Customary commercial practices for warranty requirements are applicable for this acquisition.

f. Offerors are advised that this requirement may be delayed, cancelled, or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process.

4. REGISTRATION IN SAM

a. The System for Award Management (SAM) is the Government's online database of federal contractors. Contractors self-register in SAM at the website www.sam.gov. Registration is free to all users.

b. Effective September 26, 2018, and in accordance with FAR Provision 52.204-7 SYSTEM FOR AWARD MANAGEMENT, "An Offeror is required to be registered in SAM.gov when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic performance, basic ordering agreement, or blanket purchasing agreement resulting from this Solicitation." Vendors are highly encouraged to check their registration status and plan accordingly prior to submitting a quote.

c. Please note: SAM requires new and updated accounts to be accompanied by a notarized letter appointing the authorized Entity Administrator for their SAM account(s). Acceptance of the letter and subsequent approval of SAM registration can take up to two months. Offerors who are not currently registered in SAM are encouraged to start the registration process as soon as possible to ensure it is complete prior to any proposal submission. In addition, ensure your SAM account indicates your firm is eligible for "All Awards".

d. See FAR Provision 52.204-7for more information.

5. REQUESTS FOR INFORMATION
Questions/Inquiries. All questions pertaining to this requirement shall be submitted in writing no later than fifteen (15) calendar days prior to quote due date and time indicated for receipt of offers in Box 8 of the SF 1449. The offeror shall put the solicitation number located in Block 5 of the SF 1449 followed by QUESTIONS in the subject line of the email. All questions received after the above date and time may not be answered. Questions shall be submitted to Marna Rockwell, Contract Specialist at marna.l.rockwell@usace.army.mil, Michelle Barr, Contracting Officer at michelle.barr@usace.army.mil, and LRE-proposal@usace.army.mil. Once all inquiries are compiled and addressed, the questions and answers will be posted as an update to the solicitation. Questions and answers changing the requirement will be generated as an amendment and posted as an update to the solicitation for all interested parties to view/acknowledge to be sent in with their submission prior to the closing date. If additional time is needed for submission, an extension will be executed via an amendment.

6. SUBMISSION OF QUOTES
a. GENERAL QUOTE SUBMISSIONREQUIREMENTS. ELECTRONIC QUOTES. In an effort to reduce paperwork and costs, ALL RESPONSES TO THIS ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY. Hand carried delivery or USPS/UPS/FedEx delivery of hard copies and/or CDROMs are not authorized. Facsimile submission is not authorized. Submit all documents to the following via email:

Contracting Officer, Michelle Barr at michelle.barr@usace.army.mil
Contract Specialist, Marna Rockwell marna.l.rockwell@usace.army.mil
LRE Contracting Mailbox at LRE-proposal@usace.army.mil

b. It is the Offeror's responsibility to obtain written confirmation of receipt of all electronic files by the Contracting office. Include the Solicitation No. W911XK25QA012 in the email subject line. Please note: Attachments over 25MB may not transmit through email and larger attachments may take additional time to transmit.

c. At a minimum, the quote shall include a complete, signed SF 1449 and priced quotation with drone detection system specifications. Failure to submit a complete quotation with drone detection specifications will determine the quote to be non-responsive.

d. Quotes shall be received by the date and time as indicated in this RFQ.

e. Failure to include all required information may cause the quote to be considered non-responsive and not considered further for award.

f. Failure to comply with the included instructions may result in an offeror not being eligible for award.

g. RECEIPT OF SUBMISSIONS: For the purposes of establishing whether a quote submission is considered timely, the government considers the date and time the submission is received by the Government. Do not assume that electronic communication is instantaneous. Submissions after the deadline will be considered "late" and will be processed in accordance with FAR 15.208.

7. AMENDMENTS
Acknowledgement of each amendment must be made by returning a signed copy of the amendment by the time set for receipt of quotes to the personnel identified in 5 and 6 above. Oral explanations or instructions given in a form other than an amendment to the solicitation shall not be binding. For security reasons; all potential Offerors, plan rooms and printing companies are required to register in SAM at www.sam.gov.

Background
The U.S. Army Corps of Engineers (USACE) Detroit District has a requirement for parts and professional services related to Drone Detection.
The goal of this contract is to provide all necessary products to the Soo Project Office located in Sault Sainte Marie, MI 49783.
The contractor is expected to deliver new serviceable units that comply with manufacturer recommendations and adhere to current OSHA, ASME, and USACE EM 385-1-1 standards.

Work Details
The contract involves the provision of a Drone Detection System with the following salient characteristics:
1. Spectrum sensing capability to detect potential drones and controllers within seconds, analyzing signals through filters for accurate identification and location calculation.
2. Tracking capability across standard drone communication channels including 400/900 MHz and 2.4/5.8 GHz.
3. Utilization of Software-Defined Radio (SDR) for flexible frequency control without hardware replacement.
4. A library storing unique physical signal characteristics of known drones, allowing detection of unidentified drones or controllers.
5. Trilateration capability using differences in received signals from multiple sensors to determine drone locations.
6. Real-time display of device locations on a Command Console with replay options for incident analysis.
7. User tools for heat mapping, historical tracking of UAS movements, and specific location data display.
8. Simultaneous detection of both drones and their pilots/controllers, capable of handling multiple detections at once.
9. Expandability and configuration options for non-symmetrical area coverage.
10. Professional services including training, troubleshooting, and addressing hardware malfunctions.

Period of Performance
Shipment will occur 4-6 weeks after contract award.

Place of Performance
Products will be delivered to 119 East Water Street, Sault Sainte Marie, MI 49783.

Overview

Response Deadline
May 16, 2025, 2:00 p.m. EDT Due in 20 Days
Posted
April 16, 2025, 1:54 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Sault Sainte Marie, MI 49783 United States
Source
SAM

Current SBA Size Standard
1350 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Signs of Shaping
99% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/16/25 USACE Detroit District issued Synopsis Solicitation W911XK25QA012 for Drone Detection System, Sault Sainte Marie, MI due 5/16/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334511 (SBA Size Standard 1350 Employees) and PSC 5840.
Primary Contact
Name
Marna Rockwell   Profile
Phone
(313) 226-6412

Secondary Contact

Name
Michelle Barr   Profile
Phone
(313) 226-2767

Documents

Posted documents for Synopsis Solicitation W911XK25QA012

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W911XK25QA012

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W911XK25QA012

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > W072 ENDIST DETROIT
FPDS Organization Code
2100-W911XK
Source Organization Code
500043193
Last Updated
April 16, 2025
Last Updated By
marna.l.rockwell@usace.army.mil
Archive Date
May 31, 2025