24 Small UAS kits and 3D print files
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 Army is soliciting proposals for 24 Small Unmanned Aerial System (UAS) kits and associated 3D print files for the Regional Training Institute (RTI), Oregon National Guard. This is a Total Small Business Set-Aside under a Firm Fixed Price contract. The objective is to enable the ORNG to 3D print, build, and repair sUAS in austere environments. Offers are due by May 19, 2026, 11:00 AM.
Scope of Work
This solicitation (W912JV26QA0110001) requires the procurement of:
- 24 Group 1 small UAS Kits: Each kit must include a modular airframe capable of tool-less component replacement within 1 minute, additive manufacturing from Composite ABS Glass Fiber-reinforced filament, foldable motor arms, a MIL-STD-1913 picatinny rail, and external payload control. Airframes must support multiple mission profiles: ISR (30+ min endurance, 45 knots, 1kg payload), High Speed Attack (15+ min endurance, 70 knots, 1kg payload), and Heavy Lift (20+ min endurance, 35 knots, 3kg payload). Critical components must be NDAA compliant. Kits also include replacement propellers, Lithium-Ion batteries, and a charger.
- 3D Print Files for Group 1 small UAS Kits: Necessary files for 3D printing the airframes.
- Ground Control Stations (GCS): Each GCS must be lightweight (<1kg), feature an 8-inch touchscreen, have 2+ hours of battery life, run Android 11, support Over-the-Air (OTA) software updates, and operate on specific ISM band frequencies. GCS units must control external payloads, transmit/receive telemetry and data links, and reconfigure UAS flight controller parameters.
Deliverables include owner's manuals, specification sheets, serial numbers for each assembly, and assembly/operation instructions. Place of Performance: Delivery, inspection, and acceptance will occur at 249 RTI, 78080 Ordnance Road, Bldg. 5004, Hermiston, OR 97838.
Contract Details
- Opportunity Type: Solicitation (W912JV26QA0110001)
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336411 (Size Standard: 1500 employees)
- Published Date: May 05, 2026
- Offer Due Date: May 19, 2026, 11:00 AM
Submission & Evaluation
- Submission: Quotes must be submitted electronically via email to robert.c.bates26.civ@army.mil.
- Subject Line: W912JV-26-Q-A011.
- Evaluation Factors: Price and Past Performance.
- Award Intent: The Government intends to evaluate quotes and issue a purchase order without negotiation.
Additional Notes
The solicitation includes various FAR and DFARS clauses covering topics such as Cybersecurity Maturity Model Certification (CMMC) requirements, Item Unique Identification and Valuation, Wide Area WorkFlow (WAWF) payment instructions, Buy American-Free Trade Agreements, and prohibitions on covered defense telecommunications equipment or services. Both the airframe and GCS must meet IP54 or greater water resistance, and the airframe must be electric propulsion only.