Platoon Level Small Uncrewed Aircraft System (SUAS)
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 is seeking innovative, commercially available Platoon Level Small Uncrewed Aircraft Systems (SUAS) through a Call for Solutions (C4S) under the Uncrewed Aircraft Systems (UAS) Marketplace Commercial Solution Opening (CSO) W58RGZ-26-S-C001. This initiative aims to enhance current field capabilities, accelerate technology integration, and achieve Drone Dominance. The initial whitepaper submission deadline is May 15, 2026.
Purpose & Scope
ACC-RSA, in conjunction with PM-UAS, seeks to acquire and/or onboard innovative, commercially available Vertical Take-off and Landing (VTOL) SUAS, including hardware, software, and lifecycle support services. The objective is to increase current capabilities, advance Army requirements, and drive cost efficiencies by integrating cutting-edge SUAS technologies.
Key requirements include:
- System Type: Rapidly deployable, VTOL Platoon Level SUAS.
- Performance: 30 minutes on-station endurance at 3km range with EO/IR payload, 3-8km LOS range, APNT solution, and GPS-denied operation.
- Interoperability: Must be interoperable with the Integrated Tactical Network (ITN) and Tactical Assault Kit (TAK).
- Payloads: Must include an Electro-Optical/Infrared camera and support modular mission payloads. Solutions involving modular payloads must adhere to the Picatinny Common Lethality Integration Kit (CLIK) Design Standard, including MIL-STD-1913 Picatinny Rail mechanical interface, 28VDC/10A electrical, and MIL-STD-6090/UDP data communication.
- Compliance: Adherence to NDAA FY2020 Sec 848, FY2023 Sec 817, and robust cybersecurity (DFARS 252.204-7019, NIST SP 800-171).
- Weight: System configuration (two air vehicles, GCS, ancillary equipment) must be less than 19 lbs.
- Innovative Features: Desired characteristics include advanced autonomy, extended endurance, reduced acoustic signature, dash speeds, and anti-jamming/anti-spoofing capabilities.
Contract Details
This is a Call for Solutions (CSO), not a traditional contract. Procurements will be initiated based on specific mission requirements and funding availability, with individual orders placed under a Basic Ordering Agreement (BOA). Multiple awards are possible, with no guaranteed minimum or maximum purchase quantities.
Eligibility & Submission
- Eligibility: Offerors must possess a Unique Entity ID, approved CAGE code, and a current NIST SP 800-171 DoD assessment. Solutions must not use UAS or critical flight components manufactured in covered foreign countries (e.g., People's Republic of China).
- Submission: A whitepaper (10 pages max, 12pt Arial, 10MB email limit) is required. Offerors must also complete Attachment 2 (System Characteristics).
- Evaluation: A multi-phased process including Whitepaper Assessment, Flight Demonstration, and Manufacturing Readiness Assessment (MRA). Evaluation criteria are System Performance, Manufacturing Readiness, and System Pricing.
Key Dates & Contacts
- Initial Whitepaper Cut-off: May 15, 2026. Subsequent submissions will be evaluated on a continuous rolling basis.
- Primary Contact: Michelle Hurt (michelle.s.hurt2.civ@army.mil, 256-313-6309)
- Secondary Contact: Benjamin May (benjamin.r.may4.civ@army.mil, 520-674-7840)