Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SOURCES SOUGHT

A -- PM UAS - Short/Vertical Takeoff and Landing (S/VTOL)

Notice Date
12/17/2025 2:15:39 PM
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
PMUAS-SVTOL1
 
Response Due
1/8/2026 3:00:00 PM
 
Archive Date
01/23/2026
 
Point of Contact
Mark Martinez, Jordan Myers
 
E-Mail Address
mark.martinez2.civ@army.mil, jordan.m.myers7.civ@army.mil
(mark.martinez2.civ@army.mil, jordan.m.myers7.civ@army.mil)
 
Description
The overall objective of the Group 4+ UAS | Short/Vertical Takeoff and Landing (S/VTOL) Challenge is to establish a dual engagement effort between the U.S. Army and industry partners. This Challenge aims to effectively communicate the Army�s desired characteristics for S/VTOL platforms while simultaneously soliciting valuable feedback from industry regarding the viability of these platforms and the integration of Government Furnished Equipment (GFE) components. Through this collaborative approach, the U.S. Army seeks to articulate its operational needs and future priorities for S/VTOL unmanned platforms, ensuring that industry partners are well-informed of the specifications and capabilities required for successful integration. By providing detailed information on desired characteristics, the Army is fostering an environment conducive to innovation, encouraging industry to propose solutions that align with these requirements. Vendors are invited to submit information on S/VTOL platforms that meet the U.S.Army�s desired characteristics for Group 4+ UAS | S/VTOL air-vehicles, as well as for the weapon systems components listed below. It is important to note that the desired characteristics of the weapon system are available by request only. To obtain these desired characteristics, interested vendors must demonstrate possession of Cybersecurity Maturity Model Certification (CMMC) Level 2 and include this verification in their request. Upon confirmation of the vendor's CMMC Level 2 capability, the desired characteristics will be provided to assist vendors in their response to the Group 4+ UAS | S/VTOL Challenge. Response Requirements: Interested parties are requested to respond to the S/VTOL Challenge with a single white paper, no more than eight (8) pages in total length to meet the capabilities and potential materiel/service solutions, including the mandatory response questions located in the requested characteristics of the weapon system . Vendors are encouraged to submit for multiple sections within the S/VTOL Challenge but will be held to the eight-page limit for the entire challenge. The white paper should include what is available for immediate aircraft integration within one year, what will be available within three years, and what will be available long term (after 2030). Email all requests, certifications, and white papers or capability statements to Army Contracting Command - Rock Island (ACC-RI) POCs. Your request for characteristics of the weapon system will be responded to within 2 business days. ACC-RI POCs: jordan.m.myers7.civ@army.mil and mark.martinez2.civ@army.mil Interested vendors should also register with One Nation Innovation (ONI) GoColosseum marketplace, https://marketplace.gocolosseum.org, to join the Group 4+ UAS | S/VTOL Challenge. The vetting process will take less than 24 hours. Step 1: Email your organization�s Cybersecurity Maturity Model Certification (CMMC) Level 2 to ACC-RI POCs. Upon verification, ACC-RI will send the desired characteristics for Group 4+ UAS | S/VTOL air-vehicles, as well as for the weapon systems components listed. Step 2: Register with One Nation Innovation (ONI) GoColosseum marketplace Step 3: Submit whitepaper or capability statement to ACC-RI POCs.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/09cea69fbbef4f9dbe747eda5ec9e0ed/view)
 
Place of Performance
Address: Huntsville, AL 35805, USA
Zip Code: 35805
Country: USA
 
Record
SN07669296-F 20251219/251217230038 (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.