Drones
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, W6QM MICC-FT Riley, is soliciting proposals for 15 Unmanned Aircraft Systems (UAS) Drone Build Kits, specifically modular, NDAA-compliant FPV drone kits. These kits are intended for military training, reconnaissance, and operational use in Junction City, KS. This is a Total Small Business Set-Aside. Proposals are due May 26, 2026, at 11:00 AM CST.
Scope of Work
This solicitation requires the procurement of 15 FPV RRSL 10" Drone Build Kits. The kits must be modular UAS designed for military applications. Key technical specifications include:
- Power System: 6-cell (6S) Lithium-Polymer (LiPo) Battery (6000 mAh, XT60 connector).
- Visual Interface: Analog video reception goggles with 5.8 GHz LHCP omni and patch antennas.
- Control Link: Transceiver supporting external modules, compatible transceiver and FPV receiver modules.
- Airframe & Propulsion: 10-inch carbon fiber frame, 4-in-1 ESC, F7/H7 Flight Controller, 3112 size 900 KV brushless motors, 1050 size propellers.
- Video Transmission: Analog Video Transmitter (VTX) with 5.8 GHz LHCP antenna.
- Navigation & Sensor: GPS Module with Remote ID capability.
- Imaging System: NDAA-compliant camera with low-light performance. All components must be integrated within the FPV system architecture and meet NDAA compliance. The bill of materials must support 15 complete systems.
Contract & Timeline
- Type: Firm Fixed Price contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Solicitation Issued: May 15, 2026.
- Questions Due: May 19, 2026.
- Proposal Due: May 26, 2026, at 11:00 AM CST.
- Required Delivery: July 15, 2026.
- Place of Performance: Junction City, KS, United States.
Evaluation & Submission
Proposals must be submitted electronically via email. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, considering price, technical capability, and contractor past performance. Technical and past performance are equally important as price. Offerors must hold proposals firm for 60 calendar days.
Additional Notes
The NAICS code for this acquisition is 336411 (Aircraft Manufacturing) with a 1,500-employee size standard. Offerors must be registered in the System for Award Management (SAM) prior to award.