Loading...
2026RFIUASMOS
Response Deadline
May 27, 2026, 6:00 PM(EDT)14 days
Eligibility
Contract Type
Sources Sought
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is a RFI released pursuant to FAR 15.201(e). This RFI is issued solely for information, planning purposes and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP or Broad Area Announcement (BAA). This RFI does not commit the Government to contract for any supply or service. CBP is not at this time seeking proposals. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP or BAA. If a solicitation is released, it will be via the SAM.gov website (http://www.sam.gov). It is the responsibility of the potential offerors to monitor this website for any information that may pertain to this RFI. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government and will not be returned.
1. INTRODUCTION
The U.S. Customs and Border Protection (CBP) Air and Marine Operations (AMO) mission is to safeguard our nation by anticipating and confronting security threats through our aviation and maritime law enforcement expertise, innovative capabilities, and partnerships at the border and beyond. AMO achieves its mission by monitoring thousands of miles of air, maritime, and land borders around the clock; defending the United States against terrorist threats; detecting and deterring illicit trafficking in persons, drugs, weapons, money, and other goods; and disrupting criminal networks.
AMO is one of the lead federal organizations in aviation and maritime law enforcement, and participates in joint operations with U.S. Border Patrol (USBP), Office of Field Operations (OFO), other DHS components, and other law enforcement agencies. AMO seeks to predict, detect, identify, classify, track, deter, and interdict threats to the continuity of border security of the United States and to safeguard our homeland through the coordinated application of aviation and maritime law enforcement resources within the air, sea, and land. This includes detecting and deterring illicit border crossings; interdicting targets; conducting investigative activities; collecting intelligence; performing patrols and surveillance; and preventing the import/export of illegal merchandise and contraband.
AMO applies advanced aeronautical and maritime capabilities and employs its unique skill sets to support the overarching Department of Homeland Security (DHS) strategic goal of preserving America's security interests. As part of the larger CBP fixed- and rotary-wing aircraft fleet, CBP operates the General Atomics – Aeronautical Systems, Inc. (GA-ASI) MQ-9 Predator B/Guardian Unmanned Aircraft System. GA-ASI is the Original Equipment Manufacturer (OEM) for the MQ-9. Alongside the existing fleet of MQ-9 UAS, the Government intends to operate and sustain future variants of the MQ-9, including the MQ-9B SeaGuardian. The MQ-9 UAS directly supports the specific strategic goals and missions from the DHS Quadrennial Homeland Security Review, as well as AMO’s Vision and Strategy 2030.
CBP UAS support a broad range of DHS mission scenarios and environments along and across terrestrial and maritime environments on the borders of the United States, using a variety of sensors. The CBP UAS currently augments crewed air and ground interdiction agents deployed on the Southwest and Northern Border and complements crewed air and maritime assets and ground interdiction agents on the Northern Border and in the Southeast Border Region. Expeditionary deployments outside these areas may be required to support other DHS missions, to include operations outside of the United States. CBP UAS currently operate from the National Air Security Operations Centers (NASOCs) and/or at Forward Operating Locations (FOLs).
2. REQUEST
CBP is seeking to identify potential Vendor sources for MQ-9 Predator B/Guardian and SeaGuardian UAS operational and maintenance support services. As prescribed in FAR 15.209(c), the Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in FAR subsection 31.205-18, Bid and proposal costs. Although “proposal” and “offeror” are used in this Request for Information, Vendor responses will be treated as information only. It shall not be used as a proposal. This solicitation is issued for the purpose of conducting market research.
The qualifying NAICS code for this effort is NAICS 488190 – Other Support Activities for Air Transportation.
Responses to this RFI must at a minimum be able to describe Vendor’s capabilities, experience, and provide a brief synopsis of your ability to meet the requirements described herein.
3. UAS MQ-9 PREDATOR B/GUARDIAN/SEAGUARDIAN SYSTEM DESCRIPTION
The CBP AMO UAS consists of one or more MQ-9 unmanned aircraft (UA), a ground control station (GCS), a C band line-of-sight (LOS) ground data terminal, a Ku band beyond-line-of-sight (BLOS) broadband satellite system, a backup narrowband Inmarsat satellite communications (SATCOM) terminal, and support equipment.
The MQ-9 UA is a multi-role long-endurance, medium-altitude aircraft designed to support a variety of missions carrying various payloads. It is a mid-wing monoplane with a slender fuselage, high-aspect-ratio wing, V-empennage, ventral fin, and rudder. It has retractable tricycle landing gear and is powered by a rear-mounted turboprop engine, driving a three-blade, variable-pitch propeller. AMO operates the MQ-9A, the maritime variant MQ-9 Guardian, MQ-9 “Big Wing” and will operate the MQ-9B SeaGuardian.
A pilot located in the GCS controls the UA. A daylight color television (DTV), low light (Image Intensified) TV, and a mid-wave Infrared (IR) turret system that can be aligned with the aircraft’s longitudinal axis as well as a nose mounted color camera provide the pilot with a visual reference for control of the UA. The GCS transmits control commands to the UA by a ground-based data link terminal. The GCS incorporates workstations that allow pilots, sensor operators, and electronics technicians to plan missions, control and monitor the UA and its sensors, and exploit received sensor data. The Ku-band SATCOM system provides BLOS and redundant LOS control of the aircraft via satellite and enhances the voice/data communication capabilities of the GCS.
4. THE GOVERNMENT DOES NOT POSSESS AN UNLIMITED RIGHTS LICENSE PERTAINING TO GA-ASI MQ-9 PREDATOR B/GUARDIAN/SEAGUARDIAN PROPRIETARY TECHNICAL DATA AND COMPUTER SOFTWARE
Due to the proprietary nature of the GA-ASI MQ-9 Predator B/Guardian/SeaGuardian UAS, the Government only has limited data rights as it relates to the program management, operations, and sustainment of the MQ-9 UAS.
Any potential award for UAS operational and maintenance support services can in no way significantly reduce system availability due to unfamiliarity with the GA-ASI MQ-9 system. This includes a lack of design data, maintenance procedures, engineering support, or specialized tooling/equipment to maintain or repair MQ-9 UAS components, as an inability to meet necessary flight hour rates would appreciably impact national security through decreased interdictions of transnational criminal activity and increased risk to CBP ground units (e.g., Border Patrol agents), due to lack of overhead surveillance support. Additionally, any potential contract support must be able to surge to enable focused operations in land or maritime domains as required to meet national security and disaster response requirements. Any potential contract support must also comply with Federal Aviation Administration (FAA) MQ-9 UAS Certificate of Authorization (COA) requirements and not jeopardize current AMO COAs.
THE GOVERNMENT DOES NOT HAVE AN UNLIMITED RIGHTS LICENSE PERTAINING TO GA-ASI PROPRIETARY TECHNICAL DATA AND COMPUTER SOFTWARE TO SUPPORT OPERATIONAL AND MAINTENANCE SERVICES, NOR DOES IT INTEND TO PROCURE ONE. OBTAINING THE REQUIRED LICENSE TO PERFORM OPERATIONAL AND MAINTENANCE SERVICES IS AT THE CONTRACTOR’S EXPENSE. THE GOVERNMENT DOES NOT HAVE FUNDING TO REIMBURSE A VENDOR FOR A LICENSE TO PERFORM UAS OPERATIONAL AND MAINTENANCE SERVICES.
5. RESPONSES
CBP is seeking feedback on the RFI for MQ-9 Predator B/Guardian/SeaGuardian Operational and Maintenance Support Experience and information to determine industry interest and capabilities to submit competitive proposals for a follow-on UAS operational and maintenance support services contract.
In addition to descriptions of technical capabilities and past experience supporting the maintenance and operation of UAS in general and MQ-9 systems in particular, quantification of fleet size supported, operations tempo sustained, repair/supply activities provided, engineering capability, system expertise, and/or impacts to mission achievement is desirable.
As part of the response to this RFI please address the following items:
Section 1: Interest and Capabilities:
Section 2: UAS Operational Support Experience
Section 3: UAS Air Vehicle Flight Line and Maintenance Support Experience
Section 4: Technical Approach
Interested sources should submit their technical approach covering the areas enumerated below. Additionally, the technical approach should reflect a clear understanding of the nature of work being undertaken and should discuss any perceived areas of risk.
Section 5: General Vendor Experience:
Interested sources should discuss Vendor experience associated with the following questions:
Section 6: Input and Feedback - RFI for Operational and Maintenance Support Experience
All comments, questions and recommendations shall include reference to the RFI operational and maintenance services being commented on. Comment reference shall include page number, section number and sub-section number.
The maximum number of pages to be submitted shall not exceed 15 total (8 ½ x 11 inches).
Please provide a cover page with the following:
6. RFI SUBMISSION REQUIREMENT
Companies may submit questions regarding this RFI to the Government and are due no later than 2:00 P.M. (EST) on May 27, 2026. Response submissions to this RFI should be identified with CBP AMO MQ-9 Predator B/Guardian Unmanned Aircraft Systems Operational and Maintenance Support Experience and Capabilities and should be submitted via e-mail to: BRENDA.MEALER@cbp.hs.gov: Please submit all technical questions to this RFI via e-mail to the Contracting Officer, Brenda Mealer. Verbal (telephonic) questions will NOT be accepted. All received questions will be answered by posting answers to sam.gov. Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after May 27, 2026 answered. The Government will review all RFI submissions upon receipt and will seek further clarification from respondents as appropriate.
Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this RFI or the Government's use of such information as either part of an evaluation process or in developing specifications for any subsequent requirement.
Electronic submissions in response to this RFI must be viewable in Microsoft Word 2013 or Acrobat Reader 10.0. All submissions (email including attachments) must be less than 50MB. Oversized submissions will not be delivered by the DHS/CBP E-mail system.
This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or to award a contract. The Government does not intend to award a contract on the basis of responses to this RFI or otherwise pay for the preparation of any information submitted. The Government's use of such information is at its sole discretion and is not accepting proprietary information. Sources responding to this RFI shall submit the minimum information necessary for the government to make a determination that the source is capable of satisfying the desired requirements.
The Government will not publicly disclose Vendor proprietary information to the extent that it is consistent with the Government’s legal obligations. Any information submitted in response to this RFI, including information marked as limited rights data, restricted computer software, being subject to limited rights, and/or being subject to restricted rights, will be shared by the Government with current and future support Vendors hired to assist the Government. The Government’s support Vendors that have been, or may be hired, are required to sign non‐disclosure agreements restricting them from unauthorized use and disclosure of information that may be proprietary to third party companies. By submitting information in response to this RFI, Vendors agree to allow the Government to share information they submit with Government support Vendors who are, or will be, covered by a non-disclosure agreement.
Brenda Mealer
DEPARTMENT OF HOMELAND SECURITY
US CUSTOMS AND BORDER PROTECTION
AIR AND MARINE CONTRACTING DIVISION
AIR AND MARINE CONTRACTING DIVISION
1300 PENNSYLVANIA AVE NW
WASHINGTON, DC, 20229
NAICS
Other Support Activities for Air Transportation
Set-Aside
No Set aside used