Special Notice (Request for Information (RFI)) for Modern Unmanned-warfare Systems Environment (MUSE)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force (AFRL/RIKD) has issued a Special Notice (Request for Information - RFI) for the Modern Unmanned-warfare Systems Environment (MUSE) program. This RFI seeks market research to inform a future acquisition strategy for achieving superiority in MUSE technology, focusing on counter and offensive Unmanned Aircraft System (UAS) solutions. Capability statements are due by 3 PM (EST) on April 6, 2026.
Purpose & Scope
This RFI is for planning purposes only and is not a Request for Proposal (RFP). The Air Force Research Laboratory (AFRL) is conducting market research to identify qualified sources and assess technical capabilities for a potential effort to perform multiple activities necessary to achieve superiority in MUSE technology. The general scope involves research, development, prototyping, demonstration, evaluation, deployment, and transition of counter and offensive UAS solutions for next-generation UAS Combat Operations (UCO). This includes developing and maintaining an open, government-owned framework for integrating sensors, aircraft, mitigators, interceptors, and command and control (C2) architectures. Key technical focus areas include Electronic Warfare (EW), Cyberspace Operations (CO), UAS Combat C2, UAS Airspace Integration/Traffic Management (UTM), UAS Interceptors, Sensors, and Signature/Effects Libraries.
Potential Contract Details
The Government is considering a Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE)/Term Indefinite Delivery Indefinite Quantity (IDIQ) contract with an anticipated performance period of 6-7 years. Funding types may include Research Development Test & Evaluation (RDT&E), Procurement, and Operations & Maintenance (O&M). Contractor employees will require Common Access Cards (CACs), and performance may necessitate Top Secret/Sensitive Compartmented Information (TS/SCI) Facility and collateral secret safeguarding clearance on a task order basis.
Response Requirements
Capability statements, limited to 10 pages, are requested by 3 PM (EST) on April 6, 2026. Submissions should include:
- Company Information: Name, address, CAGE, DUNS, business size/socio-economic status, POC, Facility Clearance Level, and Safeguarding Clearance Level (DD Form 2345 required prior to award).
- Ability to Perform: Experience, resources, security clearance availability (anticipating at least 20% TS/SCI at award), subcontracting needs, compliance with FAR 52.219-14 (Limitations on Subcontracting), quality control, risk management, safety practices, business system approval for cost-type contracts, workload management, and a Rough Order of Magnitude (ROM) cost estimate with a Basis of Estimate (BOE). The effort is estimated at 4,000,000 labor hours with burdened rates of $100-$120/hour, plus 10-12% for other direct costs.
- Performance/Experience: Details on at least three similar contracts performed within the past five years.
- Procurement Strategy Input: Input on CLIN structure and information needed from the Government for proposal development.
Set-Aside & Subcontracting
This RFI is being used for market research to determine a possible small business set-aside. Small businesses are encouraged to respond and indicate their socio-economic status. Large businesses are also requested to respond to express interest if the acquisition is not set aside. The notice details limitations on subcontracting per FAR 19.104-3(c), including the 50% rule for services/supplies, similarly situated entities, and joint venture requirements. Foreign participation is excluded at the prime contractor level.
Key Dates & Contacts
- Capability Statement Due: April 6, 2026, 3 PM (EST)
- Published Date: March 19, 2026
- Points of Contact:
- Matthew Zawisza, MUSE Acquisition Program Manager, matthew.zawisza@us.af.mil, (315) 330-4922
- Meghan Thomas, Contracting Officer, Meghan.thomas.1@us.af.mil, (315) 330-2177
- Patrick Cerminaro, Contract Specialist, patrick.cerminaro@us.af.mil, (315) 330-2361
Additional Information
A technical library containing export-controlled data is available for review by appointment, requiring an approved DD Form 2345. An Interested Parties List was updated on March 19, 2026.