Unmanned Aerial System (UAM)
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 U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), is soliciting quotations for an Unmanned Aerial System (UAS) with remote sensing cameras. This Combined Synopsis/Solicitation (RFQ) aims to procure a system to support conservation and production research at the USDA-ARS Conservation and Production Research Laboratory in Bushland, TX. Quotations are due March 27, 2026, at 2:00 PM PT.
Scope of Work
The requirement is for one (1) UAS capable of Vertical Take-Off and Landing (VTOL), featuring four folding/quick-release propellers, a second set of batteries, GPS guidance with automatic flight control, a 2 lb payload capacity, and a minimum 30-minute flight time (no payload). The system must include a flight monitoring tablet, a hard-sided carrying case, and a dual camera capable, servo-driven gimbal. Specific camera requirements include a high-resolution multispectral camera (1.6 MP per band for blue, green, red, red edge, near infrared; simultaneous RGB and panchromatic capture; downwelling light sensor) and a thermal camera (longwave infrared, 640 x 512 resolution, 30 Hz runtime). The system must support an image capture rate of two scenes per second. Onsite training for operation and maintenance is also required. The government will operate the UAS within line of sight, typically within a few hundred meters (max ~750m). No sustainment package is required.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) for commercial items.
- Set-Aside: UNRESTRICTED. Preference will be given to domestic, US manufactured and assembled systems, and vendors must verify prohibited lists (e.g., DJI, Autel Robotics).
- Delivery: FOB Destination, required by July 1, 2026, to Bushland, TX. Early deliveries are accepted.
- Quote Due Date: March 27, 2026, at 2:00 PM PT.
- Questions Due Date: March 20, 2026, at 2:00 PM PT.
Submission Requirements
Offerors must submit:
- A Firm Fixed Price quotation on company letterhead, detailing item description, place of manufacture, total price, and valid for at least 60 days after receipt.
- A completed Attachment 3 - SF 1449.
- Your SAM.gov Unique Entity ID (UEI).
- Past Performance References (as per Attachment 3).
- A Capability Statement and technical documentation (e.g., brochures, specifications) demonstrating the ability to meet performance elements. Submissions must be emailed to Elizabeth Calhoun at Elizabeth.Calhoun@usda.gov, with the solicitation title and notice ID in the subject line. Failure to submit all requested items may result in quote rejection.
Evaluation Criteria
Award will be made to the responsive, responsible contractor offering the best value to the Government. Evaluation will be based on an integrated assessment of Technical Capability, Past Performance, and Price. Technical capability is considered slightly more important than price and past performance. Pricing must be fair and reasonable. Past performance will be evaluated as Acceptable or Neutral. The Government intends to award without discussions but reserves the right to conduct them.
Additional Notes
This solicitation incorporates provisions and clauses by reference, including FAR Part 12 and specific FAR/AGAR clauses. The applicable NAICS code is 336411. The U.S. Department of Agriculture is a tax-exempt agency, and invoices are submitted via the IPP.