sUAS SERVICES

SOL #: W50S9H26QA017Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7N8 USPFO ACTIVITY WIANG CRTC
CAMP DOUGLAS, WI, 54618-5001, United States

Place of Performance

Camp Douglas, WI

NAICS

All Other Professional (541990)

PSC

Other Education And Training Services (U099)

Set Aside

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

Timeline

1
Posted
Apr 14, 2026
2
Submission Deadline
May 14, 2026, 6:00 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 Department of the Army, through the W7N8 USPFO ACTIVITY WIANG CRTC, is soliciting proposals for Small Unmanned Aircraft System (sUAS) Mobile Training Team Services. This is a 100% Small Business Set-Aside under NAICS 541690 ($19.0M size standard). The services are required for Sentry North exercises at Volk Field CRTC, Camp Douglas, WI. Offers are due May 14, 2026, at 01:00 PM CDT.

Scope of Work

The contractor shall provide personnel, equipment, tools, materials, supervision, and quality control for sUAS Mobile Training Team (MTT) services. Key responsibilities include:

  • Integrating into Air Force Special Warfare (AFSW) mission schedules and attending synchronization meetings.
  • Conducting FAA drone coordination and providing sUAS flight information.
  • Serving as primary sUAS White Cell Leads (WCL) during exercises, managing scenario injects, and providing tactical input.
  • Creating written products detailing white force data for debriefs.
  • Facilitating and executing Large Force Exercises (LFEs) with multiple sUAS.
  • Presenting sUAS analysis and lessons learned to AFSW members.
  • Providing sUAS Subject Matter Expert (SME) support for integration into multiple weapons systems.
  • Integrating threat-based realistic sUAS capabilities to simulate adversarial threats.

Performance Standards

Key performance metrics include 95% realistic scenario integration, 90% instructor-level mission planning, 90% instructor-level LFE execution, and 90% Weapons School graduate quality analysis capturing 95% of lessons learned.

Contract & Timeline

  • Contract Type: Combined Synopsis/Solicitation (Firm Fixed Price)
  • Set-Aside: 100% Small Business
  • NAICS Code: 541690 (Other Scientific and Technical Consulting Services)
  • Size Standard: $19.0 Million
  • Period of Performance: June 1, 2026 – August 31, 2026
  • Place of Performance: Volk Field CRTC, Camp Douglas, WI
  • Questions Due: April 30, 2026, at 01:00 PM CDT
  • Offers Due: May 14, 2026, at 01:00 PM CDT
  • Funding: Funding is not presently available; no award will be made until appropriated funding is secured.

Evaluation Criteria

Award will be made in accordance with FAR 52.212-2. Evaluation factors include Price, Technical Capability, and Past Performance. When combined, Past Performance and Technical Capability are considered equal to Price.

Special Requirements

  • Contractor personnel must possess a SECRET facility clearance.
  • sUAS operators require a minimum of 5 years of instructor experience as a Special Warfare (SW) instructor and Joint Terminal Attack Controller (JTAC) Instructor.
  • Minimum of 5 years of experience in joint integration with multiple aircraft types, intelligence, and fires.
  • Experience planning and facilitating joint Large Force Exercises (LFEs).
  • Lead Facilitator must be a USAF Weapons School (WIC) graduate.
  • Direct experience instructing on and using UAS Tool and Android Tactical Assault Kit (ATAK).
  • Provide a minimum of eight (8) sUAS and associated equipment.
  • Compliance with installation access, security policies, CACs, Antiterrorism, COMSEC/IT, IA, and OPSEC training.

Submission Instructions

Offerors must return the signed SF 1449 Solicitation (W50S9H26QA017) along with additional information required by FAR 52.212-1 Addendum 1. All contractors must be registered in SAM.gov. Quotes must include estimated delivery date, SAM Unique ID Number, and Tax Identification number. Pricing must be valid until June 1, 2026. Offers must be submitted via email only to WI.CRTC.VF.Contracting@us.af.mil.

Contact Information

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 14, 2026