Limited Source Delivery Order for Unmanned Aircraft System (UAS) Intelligence, Surveillance and Reconnaissance (ISR) Services under existing Basic Ordering Agreements – Order 1
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 Naval Air Systems Command (NAVAIRSYSCOM), PEO(U&W), PMA-263, intends to award a limited source Firm Fixed Price (FFP) Delivery Order for Unmanned Aircraft System (UAS) Intelligence, Surveillance and Reconnaissance (ISR) Maritime Services. This order will be placed under one of four existing Basic Ordering Agreements (BOAs) with Insitu, Inc., AeroVironment, Shield AI, or Textron Systems. This notice is for information purposes only and is not a request for competitive proposals.
Scope of Work
The delivery order will provide UAS ISR services to support multiple combatant commands. Contractors will be responsible for providing all necessary resources, including trained personnel, non-developmental UAS equipment, certifications, operation and maintenance, spares, and product support. These services are critical for around-the-clock imagery and other sensor capabilities, supporting domestic and coalition military partners in combat and contingency operations based on Joint Urgent Operational Needs (JUONs) and Fleet Top Level Requirements (TLR).
Contract & Timeline
- Type: Limited Source Firm Fixed Price (FFP) Delivery Order
- Under Existing BOAs: N0001926G1000 (Insitu), N0001926G1005 (AeroVironment), N0001926G1006 (Shield AI), N0001926G1007 (Textron Systems)
- Anticipated Period of Performance:
- Base Period: September 1, 2026 – January 31, 2028
- Option Periods: 4 options, with final option ending August 31, 2031
- Information Response Due: May 2, 2026
- Published: April 17, 2026
Set-Aside
Not applicable (Limited Source under existing Basic Ordering Agreements).
Additional Notes
This notice serves solely for informational purposes and does not constitute a solicitation for competitive proposals. The Government retains sole discretion regarding the decision to compete this procurement under the existing BOAs, irrespective of any responses received. No commitments are made by the Government to issue solicitations, make awards, or reimburse interested parties for any expenses incurred. Information provided is subject to change.