Unmanned Aircraft Systems (UAS) with Terminal Guidance Systems
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. Army, via MICC-Fort Riley, has issued a Sources Sought notice for market research to identify high-volume manufacturers capable of providing Unmanned Aircraft Systems (UAS) with advanced terminal guidance systems. These systems are intended for one-way attack missions and must span U.S. Department of War (DoW) Group 1 and Group 2 classifications. This notice is for planning purposes only and is not a solicitation. Responses are due May 5, 2026.
Requirement Overview
The Army seeks UAS platforms and configurations for one-way attack missions, incorporating advanced terminal guidance features. Vendors must be high-volume manufacturers with secure and integrated supply chains.
Required Capabilities & Specifications
- UAS Systems:
- Groups: Offer multiple drone platforms across U.S. DoW Groups 1 and 2.
- Size Variants: Propeller sizes from 3.5 to 15 inches.
- Payload: Up to 5 kg capacity.
- Features: First Person View (FPV) and IR/Low-Light camera capabilities for night operations.
- Terminal Guidance System:
- Integral operator-engaged auto-target and auto-engagement mechanism.
- "Pixel-lock" capability for target designation within video feed.
- Real-time visual confirmation of target lock at Ground Control Station (GCS).
- Operator override/cancel capability before impact.
- Supply Chain & Manufacturing:
- Preference: Strong preference for critical components (flight controller, ESCs, antennas, motors, GPS) designed and manufactured by a single Original Equipment Manufacturer (OEM) for supply chain security.
- Alternative: Vendors not meeting single-OEM must provide a detailed Supply Chain Risk Mitigation Plan.
- Compliance: All systems must be compliant with NDAA, TAA, and Berry Amendment.
- Past Performance & Support:
- Production Volume: Proven delivery of over 50,000 drone units annually for each of the past three years.
- Post-Sale Support: Capability for aftermarket sales, operator/maintenance training, and warranty repair.
Submission Instructions
Interested parties should submit a capability statement (max 10 pages) via email to MAJ Tiffany White (tiffany.r.white21.mil@army.mil) and SFC Justin Bowling (justin.l.bowling2.mil@army.mil) by May 5, 2026. The statement must include:
- Company Information (Name, Address, CAGE, UEI, POC).
- Business Size and Socioeconomic Status.
- Detailed narrative addressing each requirement in Section 3.0, with specific examples and evidence, including past performance details (contract numbers, values, contacts).
- Product Data Sheets for representative platforms. Include reference number PANMCC-26-P-0000 045137 in the email subject line.
Additional Notes
This is for market research only; no contract will be awarded from this announcement, and no reimbursement for response costs.