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 Federal Emergency Management Agency (FEMA), under the Department of Homeland Security, has issued a solicitation for Unmanned Aircraft Systems (UAS) Services. This opportunity seeks multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts to provide comprehensive UAS services for emergency, disaster response, and recovery operations across the United States and its territories. This is a Total Small Business Set-Aside. Proposals are due Friday, April 24, 2026, at 12:00 PM ET.

Scope of Work

Contractors will provide a wide range of UAS services, including:

  • Imagery Collection: High-resolution, standard RGB, remote sensing (CBRN environments), thermal cameras, and LiDAR 3D mapping.
  • Reconnaissance & Data Management: Confined space operations, data acquisition, integration, standardization, processing, analysis, storage, archiving, recovery, maintenance, geographical mapping, terrain analysis, surveying, damage assessments, and perimeter surveillance.
  • Operational Capabilities: Advanced features, range, motors, power, tactical/non-tactical communications, and aerial delivery of resources/commodities.
  • Support Services: Provision of various labor categories (e.g., Remote Pilot in Command, Visual Observer, Data Collector/Analyst, Operations Project Manager), detailed inspection, complete overhaul, administrative tasks, software management, and high-end enterprise equipment.

Contract Details

  • Contract Type: Multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ)
  • Period of Performance: One 12-month base period and four 12-month option periods.
  • Guaranteed Minimum: $10,000.00, split equally among awarded contracts.
  • Task Order Types: Fixed Price or Time and Materials (T&M).
  • Set-Aside: Total Small Business (NAICS: 336411, PSC: 1550).
  • Place of Performance: Varies by task order, throughout the geographical United States, its Territories, Compacts of Free Association, and possessions.

Submission & Evaluation

  • Proposal Submission: Offerors must submit proposals in two volumes: Volume I "Technical Proposal" and Volume II "Business Proposal."
  • Evaluation Criteria: Award will be based on a best-value tradeoff process, considering Technical Approach, Key Personnel, Past Performance, and Price. Technical factors (1-3) are more important than Price (Factor 4).
  • Required Attachments: A Past Performance Questionnaire (PPQ) must be completed by a relevant reference and submitted to the Contracting Officer.
  • Quality Assurance: Performance will be evaluated against a Quality Assurance Surveillance Plan (QASP) with specific performance standards and Acceptable Quality Levels (AQLs) for areas such as data accuracy, mission availability, flight operations, and payload delivery.

Key Dates

  • Questions Due: Thursday, April 2, 2026, 12:00 PM ET
  • Proposals Due: Friday, April 24, 2026, 12:00 PM ET

Contact Information

People

Points of Contact

Kimberly CoakleyPRIMARY

Files

Files

Download
Download

Versions

Version 5
Solicitation
Posted: Mar 26, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 25, 2026
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