Battalion Reconnaissance Uncrewed Aircraft Systems (UAS)
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 U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) has issued a Call for Solutions (C4S) under Commercial Solutions Opening (CSO) W58RGZ-26-S-C001 for Battalion Reconnaissance Uncrewed Aircraft Systems (UAS). The Army seeks innovative, commercial, Vertical Take-Off and Landing (VTOL) UAS to equip Battalion Commanders with organic Reconnaissance, Surveillance and Target Acquisition (RSTA) capabilities, aligning with Multi-Domain Operations (MDO) and Drone Dominance objectives. Whitepaper submissions are due by May 05, 2026.
Scope of Work
This C4S targets production-ready, rapidly deployable Group 2 VTOL UAS (under 55 lbs) featuring two modular mission-capable air vehicles. The primary function is autonomous RSTA, surveillance, target acquisition, and identification, with a secondary role in communications relay within dynamic radio spectrum environments. Key system components include an Electro-Optical/Infrared (EO/IR) camera, laser pointer, two Ground Control Stations, batteries, and ancillary equipment. Solutions must incorporate a Modular Open Systems Approach (MOSA) and a common payload interface. Technical requirements include a minimum range of 40 km, endurance of 5 hours, a hardened, secure, and Assured Positioning, Navigation, and Timing (APNT) agile datalink, and AI-enabled characteristics for target detection and recognition. Deliverables encompass hardware, technical manuals, interface data, commercial price lists, logistics/sustainment support, and training. The Government also seeks enhanced data rights for repair, modification, and training.
Contract & Timeline
This is a Call for Solutions under a Commercial Solutions Opening. Resulting awards will be based on FAR Part 12. There is no specific set-aside for this opportunity, indicating an open competition for commercial solutions.
- Whitepaper Submission Due: May 05, 2026 (Initial Cut-off)
- Published Date: April 30, 2026
- Place of Performance: Redstone Arsenal, AL, with services potentially at CONUS and OCONUS locations as specified in individual orders. The Government reserves the right to select multiple solutions, a single solution, or make no award, with no guaranteed minimum order quantity.
Eligibility & Evaluation
Eligibility requirements include compliance with Section 848 of the NDAA for Fiscal Year 2020 (prohibiting UAS/components from covered foreign countries), possession of a Unique Entity ID, active SAM.gov registration, an approved Commercial and Government Entity (CAGE) code, a current NIST SP 800-171 DoW assessment, DFARS cybersecurity compliance, disclosure of Organizational Conflicts of Interest (OCIs), and registration in the Government invoicing system. Evaluation factors are Technical Solution, Production Capability, and Price. Non-price factors (Technical Solution and Production Capability) are considered more important than Price.
- Technical Solution: Evaluated on meeting 20 detailed system characteristics (refer to Attachment 2), potentially leading to a flight demonstration.
- Production Capability: Assessed on the ability to meet a minimum production rate of 20 systems every 30 days.
- Price: Evaluated for reasonableness.
Contact Information
For inquiries, contact Angela Andrews or MAJ David Butz via email at Usarmy.redstone.acc.mbx.acc-rsa-uas-marketplace@army.mil.