Unmanned Aircraft Systems (UAS) Services Solicitation

SOL #: 70FB7026R00000004Solicitation

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 26, 2026
3
Submission Deadline
Apr 24, 2026, 4:00 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 Department of Homeland Security's Federal Emergency Management Agency (FEMA) has issued a Solicitation (RFP 70FB7026R00000004) for Unmanned Aircraft Systems (UAS) Services. This Total Small Business Set-Aside opportunity seeks multiple contractors to provide UAS support for response and recovery operations. Proposals are due Friday, April 24, 2026, at 12:00 PM ET.

Scope of Work

Contractors will provide, operate, and maintain UAS to enhance situational awareness, surveillance, reconnaissance, and data collection during emergencies and disaster response. Key services include:

  • Imagery Collection: High-resolution, thermal, LiDAR 3D mapping, and CBRN environments.
  • Specialized Operations: Confined space reconnaissance, geographical mapping, damage assessments, perimeter surveillance, and aerial delivery of resources.
  • Data Management: Acquisition, integration, processing, analysis, storage, and archiving.
  • Personnel: Remote Pilots, Visual Observers, Mission Support, Operations/Administration Project Managers, Maintenance Personnel, and Data Collectors/Analysts.
  • Equipment: Multi-rotor fixed-wing (VTOL) systems with various payload capacities and high-end enterprise systems.

Contract Details

This is a Multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a 12-month base period and four 12-month option periods. The combined guaranteed minimum is $10,000.00. Task orders may be Fixed Price or Time and Materials. The NAICS code is 336411 (Unmanned and Robotic Aircraft) with a 1500-employee size standard, and the Product/Service Code is 1550 (Drones). Place of performance will vary by task order across the U.S. and its territories.

Submission & Evaluation

Offerors must submit proposals in two volumes: Volume I (Technical Proposal) and Volume II (Business Proposal). Evaluation will be based on a best-value tradeoff, where technical factors (Technical Approach, Key Personnel, Past Performance) are more important than Price. Required attachments include a CLIN Price Sheet (D.2) and a Past Performance Questionnaire (D.4).

Key Dates & Contact

  • Questions Due: Thursday, April 2, 2026, 12:00 PM ET
  • Proposals Due: Friday, April 24, 2026, 12:00 PM ET
  • Contact: Kimberly Coakley, Kimberly.coakley@fema.dhs.gov

People

Points of Contact

Kimberly CoakleyPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Solicitation
Posted: Mar 26, 2026
Version 4
Solicitation
Posted: Mar 25, 2026
View
Version 3
Pre-Solicitation
Posted: Mar 6, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 22, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 21, 2026
View
Unmanned Aircraft Systems (UAS) Services Solicitation | GovScope