Unmanned Aircraft Systems (UAS) Services Synopsis

SOL #: 70FB7026R00000004Pre-Solicitation

Overview

Buyer

Homeland Security
Federal Emergency Management Agency
INCIDENT SUPPORT SECTION(ISS70)
WASHINGTON, DC, 20472, United States

Place of Performance

Place of performance not available

NAICS

Aircraft Manufacturing (336411)

PSC

Drones (1550)

Set Aside

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

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Mar 6, 2026
3
Response Deadline
Feb 6, 2026, 4:59 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 Federal Emergency Management Agency (FEMA), under the Department of Homeland Security, has issued a presolicitation synopsis for Unmanned Aircraft Systems (UAS) services for response and recovery operations. This will result in Multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract(s). This procurement is a Total Small Business Set-Aside.

Purpose & Scope

FEMA seeks to acquire UAS services to support its critical response and recovery missions. This synopsis serves as an advance notice; the official solicitation will be released at a later date. Interested parties should continue to monitor SAM.gov for the full solicitation.

Contract Details

  • Contract Type: Multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ)
  • Anticipated Length: One-year base period with four one-year option periods.
  • NAICS Code: 336411 (Unmanned and Robotic Aircraft)
  • Product Service Code: 1550 (Drones)
  • Applicable Regulations: Federal Acquisition Regulations (FAR) provisions and clauses will be in effect.
  • Place of Performance: To be determined at the Task Order level. Contractors may be required to attend frequent virtual or in-person meetings and planning sessions at FEMA Headquarters (500 C Street S.W., Washington, DC 20472-3205).
  • DPAS: The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation.

Eligibility / Set-Aside

This procurement is set aside for Total Small Business concerns.

Submission & Evaluation

Specific instructions for proposal submission, evaluation factors for award, offeror representation and certification, and the proposal due date will be detailed in the forthcoming solicitation document. Bidders must reference the official solicitation for all applicable provisions, clauses, and contract requirements.

Contact Information

For questions, contact Kimberly Coakley at Kimberly.coakley@fema.dhs.gov.

Published

March 6, 2026

People

Points of Contact

Kimberly CoakleyPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Pre-Solicitation
Posted: Mar 6, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 22, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 21, 2026