Skydio UAV

SOL #: N0016726Q1099Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC CARDEROCK
BETHESDA, MD, 20817-5700, United States

Place of Performance

Bethesda, MD

NAICS

Aircraft Manufacturing (336411)

PSC

Drones (1550)

Set Aside

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

Timeline

1
Posted
May 12, 2026
2
Submission Deadline
May 20, 2026, 4:00 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 Naval Surface Warfare Center Carderock Division (NSWCCD) intends to award a firm fixed-price contract for the procurement of a Skydio X10D Starter Solution and a Skydio Nightsense IR Attachment. This is a Brand Name procurement, set aside for Total Small Business. Quotes are due by May 20, 2026, at 12:00 PM EDT.

Scope of Work

NSWCCD Code 742 requires specific Skydio UAV equipment:

  • Skydio X10D Unmanned Aerial Vehicle (UAV/UAS) Starter Solution with minimum specifications including:
    • BlueSUAS list compliance.
    • Teledyne FLIR Boson+ Thermal Imager (< 30 mK NEDT).
    • Group 1 or 2 UAS classification.
    • RAS-A compliance and MAVLINK protocol.
    • National Defense Authorization Act Compliance.
    • VT300-Z/VT300-L Gimbal and Multi-Band Enterprise Controller.
    • Compatibility with Skydio Autonomy and existing Skydio X10D inventory (propellers, batteries).
  • Skydio Nightsense IR Illuminator attachment for Skydio X10D, compatible with the UAV's software.

Contract & Timeline

  • Type: Firm-Fixed-Price Agreement
  • Set-Aside: Total Small Business (NAICS 336411, Small Business Standard 1500)
  • Response Due: May 20, 2026, 12:00 PM EDT
  • Questions Due: May 15, 2026, 12:00 PM EDT
  • Delivery Requested: By July 6, 2026 (FOB Destination)
  • Published: May 12, 2026

Evaluation

Award will be made to the responsible Quoter whose technically acceptable quote is considered most advantageous. Evaluation factors include:

  • Technical Acceptability (pass/fail) – capability to meet all specifications.
  • Past Performance
  • Price

Additional Notes

This procurement is justified on a brand name basis due to unique sensor file format compatibility with existing Carderock software and the need to leverage existing operator training. Responses must include company letterhead, pricing, CAGE Code, FOB Destination, Point of Contact, GSA contract number (if applicable), and business size. Quotes should be rounded to the nearest whole dollar. Contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil for questions.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 12, 2026