USCG Robotics and Autonomous Systems Program Executive Office – Medium Range UAS

SOL #: 70Z02326RFI931301Sources Sought

Overview

Buyer

Homeland Security
Us Coast Guard
HQ CONTRACT OPERATIONS (CG-912)(000
WASHINGTON, DC, 20593, United States

Place of Performance

Washington, DC

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

Intelligence Services (R423)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 17, 2026
2
Response Deadline
May 8, 2026, 8:00 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 U.S. Coast Guard (USCG) Robotics and Autonomous Systems Program Executive Office (CG-RAS PEO) is conducting market research through a Request for Information (RFI) to identify contractors capable of providing airborne Intelligence, Surveillance, and Reconnaissance (ISR) services using Contractor-Owned, Contractor-Operated (COCO) Groups 2 and 3 Unmanned Aircraft Systems (UAS). These services will support various USCG cutter classes and shore-based operating sites. This RFI is for planning purposes only and anticipates establishing a Basic Ordering Agreement (BOA) for a potential ten-year period. Responses are due May 7, 2026, by 4:00 PM EST.

Purpose & Scope

The USCG seeks to assess industry's capability to deliver persistent 24/7/365 maritime ISR operations, including Surveillance, Detection, Classification, and Identification (SDCI) of maritime targets, real-time imagery, and data delivery. Services are required for National Security, Offshore Patrol, Ice Breaker, and Medium Endurance cutters, as well as up to 35 shore-based regions across Atlantic, Pacific, and Alaskan/Arctic areas. The scope includes providing trained personnel, non-developmental UAS equipment, certifications, operation, maintenance, spare assets, and deployed mission support.

Contract Details

  • Type: Sources Sought / Request for Information (RFI)
  • Anticipated Contract Vehicle: Basic Ordering Agreement (BOA)
  • Anticipated Duration: One five-year base ordering period plus one five-year option period (total 10 years)
  • Set-Aside: Not specified for this RFI; however, the anticipated BOA will be competed on a Limited Sources basis.
  • NAICS Code: 541370 (Intelligence Services)
  • Product Service Code: R423 (Intelligence Services)

System & Contractor Requirements

Contractors must provide Group 2 or 3 UAS that are fully assembled, tested, operational, and at Technology Readiness Level (TRL) 8, possessing necessary certifications (e.g., ATO, Blue UAS list). Systems must integrate with the Coast Guard domain, transmit data to USCG assets, and comply with FAA, FCC, and ICAO standards. Shipboard integration requires equipment to fit existing spaces without structural changes, and specific certifications for laser systems and Lithium batteries. Contractors are responsible for providing and maintaining UAS and personnel, logistics, life support, equipment, and adhering to shipboard safety and cybersecurity requirements. A SECRET Facility Security Clearance is required.

Submission & Evaluation

Interested vendors must submit a capability statement package, limited to 15 pages, demonstrating their ability to perform the described services. Key components include company information, feedback on the intended contract vehicle, aircraft performance specifications, and commercial service delivery. Responses must be submitted electronically via email to cgras-info@uscg.mil with the subject line "RFI Response to USCG PEO RAS MRUAS ISR Services".

Additional Notes

This RFI is solely for market research and does not constitute a solicitation or commitment to award a contract. No funds are available for response preparation. Information provided is subject to change. Vendors are encouraged to review Attachments J-1 (Statement of Objectives), J-2 (System Performance Specification), and J-3 (Requirements Verification Traceability Matrix) for detailed requirements.

People

Points of Contact

cgras-info@uscg.milPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Mar 17, 2026
USCG Robotics and Autonomous Systems Program Executive Office – Medium Range UAS | GovScope