sUAS drone
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, specifically the W7N1 USPFO ACTIVITY TN ARNG, is soliciting proposals for the procurement of two sUAS Drones. This opportunity is a Total Small Business Set-Aside under NAICS code 336411 (Aircraft Manufacturing). The requirement is for drones listed on the Blue UAS Cleared List that meet specific salient characteristics. Proposals are due by March 23, 2026, at 1:00 PM ET.
Scope of Work
This solicitation is for two sUAS Drone Assemblies. While the original request was for Modalai, Stinger Vision FPV 3.5 drones, any brand meeting the salient characteristics and listed on the Blue UAS Cleared List (https://bluelist.appsplatformportals.us/UAS-Cleared-List/) will be considered. Key technical requirements include:
- Type: 5-inch class FPV Quadcopter with 157 mm rotor base and 90mm propellers.
- Performance: Stable flight in moderate wind, GPS-Denied Position Hold, All-up weight not exceeding 3 pounds, Endurance of 12 minutes or greater.
- Operational Reach: At least 10 kilometers via Express Long-Range System (ELRS) Command and Control (C2) link.
- Imaging: Integrated Electro-Optical (EO) and Infrared (IR) camera system with thermal capability, optimized for low-light environments.
- Autonomy & Integration: AI-integrated flight computer for advanced autonomous functions, native integration with Android Team Awareness Kit (ATAK) for ISR data dissemination.
- Control & Security: Dual, redundant 915 MHz ExpressLRS (ELRS) Gemini radio control system, Encrypted data/video transmission (AES 256-bit) over a Digital High Definition (HD) link, Dual-band data/video link (2.4 GHz and 5.8 GHz).
- Ground Control Station: Must support high-definition multimedia interface (HDMI) output for FPV goggles and external displays.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336411 - Aircraft Manufacturing (Size Standard: 1500 employees)
- Period of Performance: Delivery within 30 Calendar Days from Date of Award.
- Response Due: March 23, 2026, 1:00 PM ET (08:00 AM local time in Smyrna, TN).
- Published Date: March 7, 2026.
Evaluation
Award will be based on an evaluation where technical factors are approximately equal in importance to price. Other factors are also approximately equal to price.
Additional Notes
Offerors must comply with all FAR and DFARS clauses. Inspection and acceptance will occur at the destination in Smyrna, TN. The shipping address is W8GS HQ 117TH REGT RTI, BLDG 500 B STREET, VOLUNTEER TRAINING SITE, SMYRNA, TN 37167-2092. The primary point of contact for solicitation information is Randal D. Halbrooks (randal.d.halbrooks.mil@mail.mil, 629-332-6401). For technical requirements, contact Philip Wallace (615-355-3692).