Call for Solutions for UAS Marketplace Onboarding of Group 1 and 2 Uncrewed Aircraft Systems (UAS) and Launched Effects (LE)

SOL #: W58RGZ-26-S-C001-0001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RSA
REDSTONE ARSENAL, AL, 35898-0000, United States

Place of Performance

Redstone Arsenal, AL

NAICS

Aircraft Manufacturing (336411)

PSC

Drones (1550)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 25, 2026
2
Submission Deadline
Apr 18, 2026, 4:59 AM

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's ACC-RSA, in conjunction with PM-UAS, has released a Call for Solutions (C4S) under the Uncrewed Aircraft Systems (UAS) Marketplace Commercial Solution Opening (CSO) W58RGZ-26-S-C001. This initiative seeks to onboard innovative, commercial Group 1 and 2 Uncrewed Aircraft Systems (UAS) and Launched Effects (LE) to accelerate the delivery of UAS capabilities to the U.S. Army. The goal is to establish Basic Ordering Agreements (BOAs), not production contracts, for future procurements. The initial cut-off date for submissions is April 17, 2026, with subsequent submissions evaluated on a continuous, rolling basis.

Purpose & Scope

This CSO aims to acquire production-ready Group 1 and 2 V/STOL UAS and LE solutions capable of missions such as Reconnaissance, Surveillance, and Target Acquisition (RSTA), electronic warfare, communications relay, or strike. For LE, the objective is to deliver lethal and non-lethal effects, enabling maneuver and achieving local fire support superiority through capabilities like extended reach, autonomous operation, and collaborative teaming. The Government seeks to leverage the commercial drone market's innovation to move away from traditional development cycles.

Key Requirements

Offerors must demonstrate innovative, existing, and verifiable commercial solutions. Mandatory requirements include:

  • NDAA Compliance: Adherence to Section 848 of the National Defense Authorization Act for Fiscal Year 2020, prohibiting procurement from covered foreign countries. Offerors must provide a Bill of Materials (BOM) and support supply chain verification.
  • Cybersecurity: Compliance with NIST SP 800-171 and potentially CMMC. DFARS 252.204-7019, SCRM, and OPSEC are also required.
  • System Attributes: Solutions must address Modular Open Systems Approach (MOSA), interoperability, and data rights (enhanced data rights sought).
  • Core Operational Capabilities: Functional air vehicle, at least one integrated payload, secure command and control (C2) datalink (minimum AES-256 encryption), and flight safety documentation.
  • Deliverables: Hardware (Air Vehicles, Ground Control Stations, ancillary equipment, Mission Payloads), Data & Documentation (Technical Manuals, Interface & Integration Data, Commercial Price List, Supply & Inventory Data), and Services (Logistics & Sustainment Support, Training).

Contract Details & Timeline

  • Contract Type: The Government intends to establish one or more Firm-Fixed-Price Basic Ordering Agreements (BOAs). A BOA is not a contract and does not obligate funds or guarantee future orders.
  • Set-Aside: None specified; open to all responsible contractors.
  • Initial Submission Cut-off: April 17, 2026.
  • Published: March 25, 2026.
  • Place of Performance: Delivery and services will occur at CONUS and OCONUS locations as specified in individual orders.

Submission & Evaluation

This is an open and continuous Call for Solutions. Evaluation follows a three-step process:

  1. Initial Capability Assessment (ICA): Via an Initial Acceptance Packet (IAP).
  2. Verification Activities Questionnaire (VAQ): Includes NDAA Compliance Assessment.
  3. Full Proposal: Technical and Price/Business Volumes to establish a BOA. Evaluation focuses on alignment with government needs, technical feasibility, innovation, operational effectiveness, system integrity, logistics, and technical merit. A Flight Demonstration will be conducted for offerors rated Fully Compliant or Partially Compliant in Step 1. Pricing will be evaluated for fairness and reasonableness in Step 3.

Eligibility & Notes

Offerors must be responsible contractors (FAR Part 9.1), possess a UEI and active SAM.gov registration, have a CAGE code, and be registered in the government invoicing system. Offerors are responsible for monitoring SAM.gov for amendments and performing an Organizational Conflict of Interest (OCI) analysis.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 25, 2026
Call for Solutions for UAS Marketplace Onboarding of Group 1 and 2 Uncrewed Aircraft Systems (UAS) and Launched Effects (LE) | GovScope