Call for Solutions for UAS Marketplace Onboarding of Group 1 and 2 Uncrewed Aircraft Systems (UAS) and Launched Effects (LE)
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'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 innovative, production-ready 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 onboard solutions to the UAS Marketplace, leading to a Basic Ordering Agreement (BOA), not a production contract. The initial cut-off date for submissions is April 18, 2026.
Purpose & Scope
This CSO aims to acquire and onboard innovative commercial Vertical and/or Short Take-off and Landing (V/STOL) UAS and LE. The objective is to leverage the commercial drone market's dynamism to provide the U.S. Army with advanced UAS capabilities, moving away from traditional lengthy development cycles. Solutions must be capable of performing missions such as Reconnaissance, Surveillance, and Target Acquisition (RSTA), electronic warfare, communications relay, or strike. For LE, the focus is on delivering lethal and non-lethal effects, extended reach, autonomous/semi-autonomous operation, and collaborative teaming.
Key Requirements
Offerors must provide innovative, existing, and verifiable commercial solutions for Group 1 and 2 UAS and LE.
- Compliance: Mandatory adherence to Section 848 of the National Defense Authorization Act (NDAA) for FY2020, prohibiting procurement from covered foreign countries. A Bill of Materials (BOM) and supply chain verification are required. Cybersecurity requirements, including NIST SP 800-171 and potentially CMMC, must be met.
- System Attributes: Solutions should address Modular Open Systems Approach (MOSA), interoperability, and data rights (enhanced data rights are sought).
- Core Capabilities: Systems must include a functional air vehicle, at least one integrated payload, a secure Command and Control (C2) datalink (minimum AES-256 encryption), and documentation for flight safety.
- 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
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; it establishes terms for potential future orders. Procurements may utilize various instruments.
Submission & Evaluation
This is an open and continuous Call for Solutions, with an initial cut-off date of April 18, 2026. Subsequent submissions will be evaluated on a continuous, rolling basis. A three-step evaluation process includes:
- Initial Capability Assessment (ICA) via an Initial Acceptance Packet (IAP).
- Verification Activities Questionnaire (VAQ) and NDAA Compliance Assessment.
- 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 & Set-Aside
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. No specific set-aside is mentioned; this opportunity appears open to all responsible contractors.
Contact Information
For inquiries, contact Latoya Pryor, Contracting Officer, or Miguel Harris, Contract Specialist, via email at usarmy.redstone.acc.mbx.acc-rsa-uas-marketplace@army.mil.