MQ-9B Unmanned Aircraft System (UAS) and Associated Equipment
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 Homeland Security (DHS), Customs and Border Protection (CBP) has awarded a sole source contract modification to General Atomics Aeronautical Systems, Inc. (GA-ASI) for the procurement of additional MQ-9B Unmanned Aircraft System (UAS) and associated equipment. This modification, valued at $265,490,000.00, increases the overall contract ceiling and extends the period of performance.
Scope of Work
This contract modification supports the acquisition and sustainment of additional DHS MQ-9B UAS, including associated hardware, operations, and maintenance services. The purpose is to enhance CBP's capabilities with these unmanned aircraft systems.
Contract & Timeline
- Awardee: General Atomics Aeronautical Systems, Inc. (GA-ASI)
- Contract Number: 70B02C22C00000016
- Type: Hybrid Cost Plus Fixed Fee and Firm Fixed Price Sole Source Contract Modification
- Modification Value: $265,490,000.00
- Overall Modified Contract Value: $1,592,751,588.00 (an increase of $1,007,713,588.00)
- Period of Performance (for this option): October 1, 2025, through September 30, 2026
- Award Date: April 7, 2026 (Published Date)
- Justification: Non-competitive action under FAR 6.103-1, citing "only one responsible source and no other supplies or services will satisfy agency requirements."
- Place of Performance: Poway, CA
Additional Notes
This notice is an award announcement and not a request for proposals or an invitation for bids. A redacted Justification and Approval (J&A) document is attached, detailing the rationale for the sole source modification, including the increase in the Option Year 4 ceiling and the addition of Option Year 5.