SPECIAL NOTICE
99 -- SOURCES SOUGHT � Technologies for Automation/Optimized Search and Track Functions
- Notice Date
- 12/9/2025 12:53:05 PM
- Notice Type
- Special Notice
- Contracting Office
- HQ USSOCOM TAMPA FL 33621-5323 USA
- ZIP Code
- 33621-5323
- Solicitation Number
- H8240826SS-AI4AOSTF
- Response Due
- 1/23/2026 1:00:00 PM
- Archive Date
- 02/07/2026
- Point of Contact
- Elise Rankin, Richard Schnabel
- E-Mail Address
-
elise.m.rankin.civ@socom.mil, richard.schnabel@socom.mil
(elise.m.rankin.civ@socom.mil, richard.schnabel@socom.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The United States Special Operations Command (USSOCOM) and Air Force Special Operations Command (AFSOC) are issuing this sources-sought announcement as part of a market survey. Request For Information (RFI) seeks artificial intelligence (AI)-enabled technologies aimed at automating and optimizing search and track functions, particularly for electro-optical and infrared (EO/IR) sensors on Special Operations Forces (SOF) unique platforms such as the AC-130J Ghostrider. The goal is to enhance operation efficiency, reduce crew workload, and improve mission outcomes for a variety of crewed and uncrewed SOF platforms that use EO/IR sensors. Respondents will be evaluated based on the following criteria: Innovative Platform- and Sensor-Agnostic Solutions Technologies must demonstrate flexibility and adaptability across various systems and sensors integrated onto SOF platforms. Search and Track Functions Technologies should leverage SOF platform EO/IR sensors to automate sensor control/operation to reduce crew workload. Search and track function for air-to-air targets is of special interest. Advanced Moving Target Indicators (MTI) and Automatic Target Recognition (ATR) Solutions should include advanced capabilities for detecting and tracking moving targets and automatically recognizing targets to support SOF precision strike and surveillance missions in air, land, and sea domains. Computationally Efficient, Hardware-Lite, and/or Miniaturized Technologies Solutions should prioritize computational efficiency, minimize hardware footprint, and be suitable for integration onto existing SOF systems. Open-Source Interfaces and Architecture Compatibility with open-source frameworks and architectures is essential to ensure seamless integration with current and future SOF platform systems. Willingness to Work with Third Party Integrators and Software Developers Respondents must be open to collaboration with third-party entities to facilitate integration and development of AI capabilities. USSOCOM and AFSOC are open to receiving additional classified information about capabilities supporting mission system autonomy and reduced operator workload. Contact POC�s below for instructions on how to submit. This RFI is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR) and does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Nor is the Government tasking any offeror to develop any technologies described herein. The Government is in no way liable to pay for any costs incurred by interested companies in response to this announcement. Nothing in this announcement constitutes an obligation on the part of the Government. Limit white paper responses to ten (10) pages (Times New Roman, 12 font). If necessary, additional pages for technical drawings and data are allowed. Additional material should not exceed an additional ten (10) pages and will only be reviewed based on interest in the white paper. Incomplete responses to part of the above RFI will not be accepted. You may submit corporate expertise information if you would like to be considered a possible interested source. The Government may elect to visit, or host a visit, from any potential sources following the market survey. Further the Government may contact RFI respondents to get clarification on the information submitted. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone POC Email Address Announcement Number: H9240826SS-AI4AOSTF A Rough Order of Magnitude (ROM) estimate is requested to evaluate the integration of AI-enabled technologies into SOF platforms. This estimate is intended for initial planning purposes only. Scope: The ROM should address cost, schedule, assumptions/constraints, risks and any government furnished equipment (GFE) required for the following two efforts: A single demonstration for evaluation on the AC-130J Ghostrider. A roll-on, roll-off (RORO) capability on one aircraft. Responses should provide product literature that might be useful in evaluating the system and include information pertaining to recent projects utilizing the technology, preferably Department of War (DoW) related. Systems will be evaluated against the current and future operational requirements of the DoW and Department of Homeland Security (DHS). The Technical Readiness Level (TRL) and Manufacturing Readiness Level (MRL) shall be provided along with the quantity of exact items if previously sold to the DoW, Government Agencies and other customers. If similar items have been sold, provide details delineating all differences. Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Proprietary information shall be clearly marked. Responses to this RFI that indicate the information therein is proprietary or represents confidential business information will be received and held in confidence for Government use only. The Government will NOT be responsible for any proprietary information not clearly marked. White papers may be submitted any time prior to expiration of this announcement. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated. The point of contact for all questions is Elise Rankin. Please reference announcement number H9240826SS-AI4AOSTFin all correspondence and communications.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cf251eb78e18400a914033d293ff5e33/view)
- Place of Performance
- Address: Tampa, FL, USA
- Country: USA
- Country: USA
- Record
- SN07660618-F 20251211/251209230041 (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 |