FRA Enterprise Unmanned Aircraft Systems (UAS) Delivery Model Validation
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 Federal Railroad Administration (FRA) is conducting market research through a Request for Information (RFI) for Enterprise Unmanned Aircraft Systems (UAS) Delivery Model Validation. This RFI seeks information on UAS platforms, sensors, software, data processing, and system capabilities to assess various delivery models for improving railroad inspection and incident response. Responses are due April 8, 2026, 5 PM EST.
Purpose & Scope
The FRA aims to evaluate potential enterprise delivery models (Government-Owned/Government-Operated (GOGO), Contractor-Owned/Contractor-Operated (COCO), and Hybrid (COGO)), understand commercially available UAS solutions, inform acquisition planning, and determine the most effective operational approach for a national FRA UAS capability. Potential operational uses include railroad grade crossing inspections, accident/derailment investigations, infrastructure assessments, safety situational awareness, site distance analysis, and trespassing detection.
Technical & Data Requirements
Vendors should address specific technical requirements for UAS platforms, including VTOL capabilities, autonomous flight, obstacle avoidance, ruggedized design, and flight performance (e.g., 30-60 min endurance, 10 km range). Required payloads include high-resolution optical cameras, LiDAR/3D mapping, and thermal imaging. Data management must support onboard encrypted storage, automated offload, and live streaming. All solutions must comply with FAA regulations, NDAA Section 848 (FY2020), Section 817 (FY2023), and the American Security Drone Act of 2023. Data collected will be government property, requiring integration with FRA enterprise systems and FISMA-aligned cybersecurity.
Delivery Models & Pricing
The FRA is evaluating GOGO, COCO, and Hybrid (COGO) delivery models. Vendors are requested to provide input on the advantages, limitations, and lifecycle cost implications for each model, and to recommend a preferred approach. Rough Order of Magnitude (ROM) pricing is required using the provided Attachment C template, covering costs for hardware, sensor packages, data processing, cloud storage, software licensing, maintenance, hardware lifecycle, and training across low, medium, and high utilization scenarios.
Submission Details
Responses must not exceed 8 pages of text (excluding cover page, graphics, and Attachment C). Submissions should use Times New Roman 12-point font with 0.5-inch margins. The cover page must include company name, CAGE code, UEI, contact information, NAICS codes, business size/type, and GWAC contract information if applicable. Responses should demonstrate capability.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None specified
- Response Due: April 8, 2026, 5 PM EST
- Published: March 20, 2026
Contact Information
Email questions and responses to KeriAnne Gallagher at kerianne.gallagher@dot.gov. The subject line must include "RFI #693JJ6FRAUAS" and "FRA Enterprise UAS Delivery Model Validation".