15--SAM.gov Justification Posting for Wingra UAS BPAs
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 Interior (DOI) has posted a Brand Name Justification for the extension of two existing Firm-Fixed-Price (FFP) Blanket Purchase Agreements (BPAs) for WingtraOne Gen II Unmanned Aerial Systems (UAS). This justification supports extending the ordering periods for UAS and associated accessories, citing the unique capabilities of the WingtraOne Gen II and the lack of suitable alternatives. This notice was published on May 12, 2026.
Scope of Work
The requirement is for the WingtraOne Gen II UAS, future versions, other Wingra UASs, integrated equipment (payloads), and accessories (batteries, chargers, ground control stations, tablets, controllers). These UAS are critical for high-resolution camera capabilities needed for resource and emergency response missions, specifically to replace existing, unmaintainable Firefly6 UASs used for mapping operations.
Contract Details
- Type: Brand Name Justification for FFP BPAs extension
- Existing BPAs: Awarded to Caron East Inc. and Vector's Inc.
- Current Ordering Period: May 19, 2023, to May 18, 2026
- Proposed Extension: Two years, from May 19, 2026, to May 18, 2028
- Pricing: Will remain the same as current BPA price lists for the extension period.
Eligibility / Justification
This acquisition is conducted under the authority of 41 U.S.C. 1901, permitting brand name acquisitions. The justification asserts that the WingtraOne Gen II UAS possesses specific capabilities (e.g., high-resolution camera, mapping operations) that no other systems currently meet. Compliance with FAR Clause 52.240-1 (Prohibition on UAS manufactured by American Security Drone Act-Covered Foreign Entities), DOI's "Covered UAS" assessment guide, Executive Order 13981, and Secretary of Interior Order 3379 is required.
Submission & Evaluation
A combined synopsis/solicitation (RFQ 140D0423Q0427) was previously posted on SAM.gov from April 21, 2023, to May 5, 2023. Only two resellers, Caron East, Inc. and Vectors, Inc., provided quotes, which were deemed fair and reasonable.
Additional Notes
Extending the ordering period is considered in the Government's best interest due to the absence of new capabilities in the market that meet the requirement. The Procurement Acquisition Lead Time (PALT) is estimated at 90-180 days. The Government will continue to evaluate other NDAA compliant UASs.