Precision Imagery, Sampling, and Dispersion Drone

SOL #: 1232SA26Q0469Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

Florence, SC

NAICS

Aircraft Manufacturing (336411)

PSC

Drones (1550)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 16, 2026
2
Submission Deadline
May 1, 2026, 9:00 PM

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 USDA Agricultural Research Service (ARS) AFM APD is soliciting quotations for a Precision Imagery, Sampling, and Dispersion Drone for the Coastal Plain Soil, Water and Plant Research Center in Florence, SC. This is a Combined Synopsis/Solicitation (RFQ) set aside for Total Small Business concerns. The acquisition requires a drone system capable of advanced flight, imagery, sampling, and dispersion functions, adhering to specific technical and regulatory standards. Offers are due by May 1, 2026, at 5:00 PM ET.

Scope of Work

The requirement is for the acquisition of a Precision Imagery, Sampling, and Dispersion Drone. The drone system must meet comprehensive technical specifications, including:

  • Compliance: Adherence to NDAA Section 889, FCC Part 15, and FAA regulations (14 CFR Part 107 for operations, Part 137 for aerial application).
  • Flight Capabilities: Max operating speed of 25 mph or faster, RTK Precision GPS, autonomous flight with obstacle avoidance, a ground flight controller with sunlight-readable display, FPV color camera (global shutter, 60 FPS+), transmission range of at least 3 miles, and Ingress Protection of IP44 or higher.
  • Imagery (Payload Camera): Stabilizing gimbal, PC-compatible solid-state memory storage, capture rate of 1 Hz or faster, resolution of 1.6 Mpixels or more, a downwelling light sensor for calibration, and at least 12 image bands (including specific Blue/Coastal Blue, Green, Yellow, Red, Red Edge, and NIR bands).
  • Sampling: Payload weight of 100 lbs or more, max takeoff weight of 200 lbs or more, max thrust of 400 lbs or more, and payload volume of 10 gallons or more for both liquid and solid materials.
  • Dispersion: Dispersion rates of 2 gal/min or more for liquid and 20 lbs/min or more for solid materials.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 336411 with a size standard of 1,500 employees.
  • Place of Performance: Florence, SC 29501, United States.
  • Period of Performance: May 2, 2026, to September 30, 2026.
  • Delivery Date: September 30, 2026.
  • Award: The Government intends to make one award.
  • Applicable Regulations: Numerous Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses are incorporated, including FAR 52.212-4 (Terms and Conditions—Commercial Products and Commercial Services), FAR 52.223-23 (Sustainable Products and Services), and AGAR 452.211-74 (Delivery Instructions - Commodity Procurement).

Submission & Evaluation

  • Offer Due Date: May 1, 2026, at 5:00 PM ET.
  • Questions Due: May 1, 2026, at 4:00 PM CT.
  • Submission Requirements: Offerors must provide pricing for all items to be considered responsive and must be registered in the System for Award Management (SAM).
  • Evaluation Criteria (Best Value): Award will be made to the offeror representing the best value to the Government, based on:
    • Technical Approach: Demonstrated ability to meet schedule and requirements with clear capability.
    • Price: Must be fair and reasonable.
    • Past Performance: Must be acceptable or neutral.
  • Award Method: Award will be made to the highest technically rated offeror whose price is fair and reasonable and whose past performance is acceptable or neutral. Tradeoffs will be not conducted. Offers will be evaluated F.O.B. Destination.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 16, 2026
Precision Imagery, Sampling, and Dispersion Drone | GovScope