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 office, is soliciting proposals for the procurement of two sUAS Drones. This is a Firm Fixed Price contract set aside for Total Small Businesses. The drones must be listed on the Blue UAS Cleared List and meet specific salient characteristics. Proposals are due March 23, 2026, at 08:00 AM.
Scope of Work
This solicitation requires the delivery of two small Unmanned Aircraft Systems (sUAS) Drones. While the original request was for FlightWave Edge 130 drones, this is not a brand-name-only requirement. Contractors may offer any brand that is on the Blue UAS Cleared List and meets or exceeds the following key technical requirements:
- Flight Endurance: 60+ minutes on a single battery charge.
- Operational Range: Minimum 12 miles control and video link.
- Maximum Airspeed: Capable of 65 mph dash speed.
- Service Ceiling: Up to 12,000 ft MSL.
- Wind Resistance: Stable flight in sustained winds up to 40 mph.
- Configuration: Fixed-wing hybrid design with Vertical Take-Off and Landing (VTOL) capability.
- Weight: Not to exceed 2.65 lbs.
- Dimensions: Compact footprint (approximately 51" x 30").
- Power Source: Field-swappable 86.4 Wh Lithium Ion battery pack.
- Payload: Mechanically gimbaled, with Electro-Optical (EO) 4K video (30 fps, 10x optical zoom) and Infrared (IR) thermal imaging (640x512 resolution, 2x digital zoom).
- Data Link: Encrypted payload data transmission over at least 5 miles.
- System Integration: Native integration with Android Team Awareness Kit (ATAK).
- Frequencies: 900 MHz for telemetry control and 2.4 GHz for payload data.
- Data Security: Minimum AES 128-bit encryption, with AES 256-bit preferred.
Contract Details
- Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336411 - Aircraft Manufacturing
- Size Standard: 1750 employees
- Delivery Schedule: 30 Calendar Days from Date of Award
- Place of Performance: Smyrna, TN, United States
Submission & Evaluation
- Offer Due Date: March 23, 2026, 08:00 AM
- Evaluation: Award will be based on proposals meeting or exceeding the specified salient characteristics.
- Contact: For inquiries, contact Randal Halbrooks at 615-313-2628 or SFC Philip Wallace at 615-355-3692.
Additional Notes
The solicitation incorporates various FAR clauses by reference, including those pertaining to commercial products and services, unique item identification, and payment instructions via Wide Area WorkFlow (WAWF). Inspection and Acceptance will occur at Destination, and FOB Details apply.