Opportunity

SAM #FA481926USVS1

Air Force Market Research for Unmanned Surface Vessels (USVs) at Tyndall AFB

Buyer

325th Comptroller Squadron

Posted

April 15, 2026

Respond By

May 08, 2026

Identifier

FA481926USVS1

NAICS

336414, 336419, 336415, 336611

The Department of the Air Force, Air Combat Command, 325th Contracting Squadron (325 CONS PKP) at Tyndall Air Force Base is conducting market research for Unmanned Surface Vessels (USVs): - Government buyer: - Department of the Air Force, Air Combat Command, 325th Contracting Squadron (325 CONS PKP) - Located at Tyndall Air Force Base, Florida - No specific OEMs or vendors are named in this RFI - Products/services requested: - Information on available Unmanned Surface Vessels (USVs) - Details requested include: - Technical specifications (size classes, autonomy levels, payloads) - Production capacity and technology readiness - Sensor integration, propulsion, and command/control systems - Maintenance, support, and life cycle cost estimates - Compliance with maritime regulations - No part numbers or purchase quantities specified (market research only) - Notable requirements: - Respondents must provide comprehensive technical and support details - Emphasis on autonomy, sensor payloads, and regulatory compliance - Information will inform future acquisition strategy, not a current purchase

Description

This announcement serves as a Request for Information (RFI) for Unmanned Surface Vessels (USVs) issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) / Revolutionary FAR Overhaul (RFO) - Part 10. The purpose of this RFI is solely for gathering information and planning. It does not constitute a solicitation, commitment, or obligation on the part of the Government. DO NOT submit a quote or proposal in response to this notice. Any information provided by industry to the Government as a result of this notice is voluntary. Therefore, the Government will not pay for any information submitted in response to this notice. The Air Force has not made a commitment to procure any of the items discussed. The release of this RFI should not be construed as a commitment or authorization to incur costs for which reimbursement would be required or sought. All submissions become U.S. Government property and will not be returned.1.0 Purpose and Introductiona. Tyndall AFB is issuing this Request for Information (RFI) to conduct market research on the availability, specifications, rough order of magnitude (ROM) cost, life cycle costs, and maintenance concepts for Unmanned Surface Vessels (USVs). This information will be used for planning purposes and to guide the potential development of a future acquisition strategy. This is not a solicitation for proposals and does not commit the Government to award a contract.2.0 Backgrounda. Tyndall AFB is exploring the expanded use of Unmanned Surface Vessels (USVs) to supplement and enhance its maritime operational capabilities. The evolving maritime security landscape, characterized by a wide range of threats and the need for persistent surveillance and reconnaissance, necessitates the exploration of innovative and cost-effective solutions. USVs offer the potential to perform a variety of missions with reduced risk to personnel and lower operational costs compared to crewed vessels. Tyndall AFB is interested in understanding the current state of the art in USV technology, including advancements in autonomy, sensor integration, propulsion, and command and control systems.3.0 Information Requesteda. Tyndall AFB requests that interested parties provide comprehensive responses to the following questions. Please structure your response to address each of the following sections:3.1 Company Informationa. Company Name, Address, and Point of Contactb. CAGE Code and UEI Numberc. List any contracts you have or are on for these items. d. A brief overview of your company experience in designing, manufacturing, and/or operating USVs or related maritime technologies.3.2 Availability and Productiona. Describe your current portfolio of USV platforms. For each platform, please indicate its current Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL).b. What is your companys current production capacity for USVs? What is the estimated lead time for new orders?c. Do you offer USVs in different size classes (e.g., small, medium, large, extra-large)? Please provide general specifications for each class.3.3 Specifications and Performancea. For each USV platform you offer, please provide the following details:b. Dimensions: Length, beam, draft, and displacement.c. Propulsion System: Type (e.g., diesel, electric, hybrid), power, speed (sprint and loiter), and range/endurance (in hours or nautical miles).d. Payload Capacity: Maximum payload weight and volume, and available power for payloads.e. Seakeeping: Ability to operate in various sea states.f. Autonomy: Describe the level of autonomy of your USVs (e.g., remote-operated, semi-autonomous, fully autonomous). Detail the autonomous navigation and collision avoidance capabilities, including compliance with COLREGS.g. Command and Control (C2): Describe the C2 system, including data link types (e.g., satellite, line-of-sight), bandwidth, and security features.h. Sensors and Payloads: List the standard and optional sensor and payload packages available for your USVs (e.g., EO/IR cameras, radar, sonar, electronic warfare systems, weapon systems).i. Hull Type: Specify the hull design (e.g., monohull, catamaran, trimaran).3.4 Rough Order of Magnitude (ROM) and Life Cycle Costsa. Provide a ROM cost for each of your USV platforms, including the base vehicle and a standard sensor package.b. Provide an overview of the life cycle cost drivers for your USVs. This should include, but not be limited to, fuel, maintenance, spare parts, and operator training.c. Describe any available data or models your company uses to estimate life cycle costs.3.5 Maintenance and Supporta. Describe your recommended maintenance concept for your USVs. This should include preventative and corrective maintenance schedules and procedures.b. What is the mean time between failure (MTBF) and mean time to repair (MTTR) for critical subsystems (e.g., engine, generator, C2 system)?c. What is the availability and lead time for spare parts?d. Describe the training required for operators and maintainers of your USVs.e. What is your companys approach to providing technical support and field service?3.6 Regulatory and Operational Considerationsa. What are the current regulatory challenges or barriers to the widespread deployment of commercial and military USVs?b. What are your recommendations for a governance framework for USVs, including aspects like registration, identification (e.g., AIS/MMSI), and classification based on size, speed, and function?4.0 Submission Instructionsa. Interested parties are requested to submit their responses electronically to Robert Maher at robert.maher.5@us.af.mil no later than May 15, 2026. Responses should be in Microsoft Word or Adobe PDF format. Please limit your response to a reasonable page count.b. Any proprietary information must be clearly marked. The Government will not be responsible for any information not properly identified as proprietary.This RFI is for informational and planning purposes only and does not constitute a solicitation. The Government does not intend to award a contract based on this RFI or to pay for the information solicited. Additional Links:Department of Defense Procurement ToolboxPIEE Solicitation Module Link for FA481926USVS1Registration Instructions for the PIEE Solicitation ModuleWeb Based Training for the PIEE Solicitation Module

View original listing