Group 2 unmanned aircraft system (UAS)
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 Air Force, 439th Security Forces Squadron, is soliciting proposals for a Group 2 Unmanned Aircraft System (UAS), including associated training and a yearly maintenance plan. This Total Small Business Set-Aside opportunity aims to enhance situational awareness and support installation security and force protection missions at Westover Air Reserve Base, MA. The acquisition will result in a single award, Firm Fixed Price contract. Offers are due April 13, 2026.
Scope of Work
The requirement is for one multi-rotor hexacopter UAS constructed of carbon fiber with six brushless motors and an advanced autopilot system (equal to or exceeding Pixhawk Blue Cube). The system must be capable of extended autonomous flight, weigh 20-25 lbs, have a minimum 45-minute battery life, 4-mile range, 40 mph cruise speed, 5 lbs payload capacity, and an emergency parachute. It must be an approved UAS under Section 44807, with an anticipated delivery by August 2026.
The contract also includes:
- Initial Operator Training: A two-day, onsite program covering system architecture, safety, Ground Control Station (GCS) operations, flight practice, and routine maintenance. This training, capped at $1,000, includes onsite instruction, digital materials, certificates of completion, and 12 months of access to a secure training video library, leading to a "Train the Trainer" certification.
- Yearly Maintenance Plan: Comprehensive preventive and scheduled maintenance per OEM specifications, recurring software/firmware updates (quarterly on-site), proactive component replacement with OEM-approved parts, and robust configuration management.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Award Type: Single Award
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Westover Air Reserve Base, Chicopee, MA
Evaluation Factors
Award will be based on Lowest Price Technically Acceptable (LPTA). Offerors must demonstrate 100% conformity to the Performance Work Statement (PWS) and complete 100% of the "Drone CLIN Structure" document. Technical acceptability is paramount, with the lowest price among technically acceptable offers being ranked highest.
Key Actions & Deadlines
- RFI Questions Due: April 06, 2026, 12:00 noon EST
- Offers Due: April 13, 2026, 12:00 noon EST
- Required Submissions:
- Completed "Drone CLIN Structure" document.
- Specification sheet for the proposed drone.
- Mandatory: Active registration in SAM.gov is required prior to proposal submission.
- Contact: Kyle Kalagher (KYLE.KALAGHER.1@US.AF.MIL)