ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Unmanned Aircraft Systems (UAS) Services Solicitation

DEPARTMENT OF HOMELAND SECURITY 70FB7026R00000004
Response Deadline
Apr 24, 2026
20 days left
Days Remaining
20
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Homeland Security’s Federal Emergency Management Agency is seeking total small business offers for Unmanned Aircraft Systems support services to assist disaster response and recovery operations. The work includes providing UAS personnel, equipment, and related services for imagery collection, geographic mapping, remote sensing, tactical communications, surveillance, reconnaissance, and data collection, along with associated labor, maintenance, reporting, and travel support. The contract calls for a 12-month base period with four 12-month option periods, performance within the United States and its territories, and compliance with requirements covering data security, personnel qualifications, mission availability, flight operations, payload delivery, and protection of PII and CUI, with performance monitored against AQLs through the QASP. Questions are due by April 2, 2026 at 12:00 PM ET, and proposals are due by April 24, 2026 at 12:00 PM ET.

Classification Codes

NAICS Code
336411
Aircraft Manufacturing
PSC Code
1550
UNMANNED AIRCRAFT

Solicitation Documents

8 Files
Revised Synopsis UAS.pdf
PDF77 KBMar 6, 2026
AI Summary
This synopsis announces a forthcoming solicitation for multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts to procure Unmanned Aircraft Systems (UAS) services. These services are intended for response and recovery operations. The anticipated contract structure includes a one-year base period and four one-year option periods. The procurement falls under NAICS code 336411 (Unmanned and Robotic Aircraft) and is a Total Small Business set-aside. The solicitation will incorporate provisions and clauses from the Federal Acquisition Regulations (FAR). Details regarding contract requirements, terms and conditions, offeror representation and certification, proposal submission instructions, evaluation factors, and the proposal due date will be provided in the full solicitation. The Defense Priorities and Allocations System (DPAS) is not applicable. Contract performance locations will be determined at the Task Order level, with potential meetings at FEMA Headquarters in Washington, D.C.
Synopsis UAS.pdf
PDF79 KBJan 22, 2026
AI Summary
This synopsis outlines a solicitation for multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts to provide Unmanned Aircraft Systems (UAS) services for response and recovery operations. The anticipated contract length is a one-year base period with four one-year option periods. This procurement, identified by NAICS code 336411 (Unmanned and Robotic Aircraft), is set aside for Total Small Businesses. Key details regarding applicable provisions, clauses, contract requirements, terms and conditions, offeror representation, certification, proposal submission instructions, evaluation factors, and the proposal due date are available in the full solicitation document. The Defense Priorities and Allocations System (DPAS) is not applicable. Contract performance locations will be determined at the Task Order level, with potential meetings at FEMA Headquarters in Washington, DC. Kimberly Coakley (Kimberly.Coakley@fema.dhs.gov) is the point of contact for questions.
Attachment D.2 CLIN Price Sheet.xlsx
Excel52 KBMar 26, 2026
AI Summary
This government file outlines an Unmanned Aircraft System (UAS) contract with a base year and four option years, detailing estimated costs for labor, equipment, operational capabilities, comprehensive services, system components, miscellaneous items, and other direct costs. Each year includes identical breakdowns across several Contract Line Item Numbers (CLINs). CLIN 0001 (and subsequent 1001, 2001, etc.) covers labor categories such as Remote Pilot in Command, Visual Observer, Mission Support Staff, Project Managers, Maintenance Personnel, and Data Collectors. CLIN 0002 specifies UAS types and sensors (e.g., multi-rotor fixed-wing, thermal cameras, LiDar). Operational capabilities are listed under CLIN 0003, including advanced features, communications, and data services. Comprehensive services like detailed inspection and overhaul are in CLIN 0004. CLIN 0005 covers system components such as frame chassis, remote controllers, batteries, and ground control stations. Miscellaneous costs (CLIN 0006) include administrative tasks, analytical reporting, and maintenance. Other direct costs (CLIN 0007) involve specialized equipment, software subscriptions, and insurance, while CLIN 0008 addresses lodging and travel. All costs are currently listed as zero, indicating that this document serves as a template for offerors to propose their own pricing and hours based on their assumptions, with the note that the hours provided are government estimates only. The document also repeatedly emphasizes its nature as "Procurement Sensitive Information / Source Selection Sensitive Information" per Federal Acquisition Regulation 2.101 and 3.104.
Attachment D.3 - QASP.pdf
PDF262 KBMar 26, 2026
AI Summary
This Quality Assurance Surveillance Plan (QASP) outlines the federal government's systematic approach to evaluating contractor performance for Unmanned Aircraft Systems (UAS) services. The QASP details what will be monitored, how, by whom, and how results will be documented. It emphasizes the contractor's responsibility for quality control and the government's role in objective evaluation. Key government personnel, including the Contracting Officer (CO) and Contracting Officer's Representative (COR), are assigned specific oversight roles. Performance standards, based on the Performance Requirements Summary, will be assessed against Acceptable Quality Levels (AQLs). Surveillance methods include periodic and 100% inspections, progress meetings, and performance reporting. Contractor Performance Assessment Reporting System (CPARS) ratings serve as incentives. The plan also details procedures for documenting acceptable and unacceptable performance, including the use of Contract Discrepancy Reports (CDRs) for non-compliance, which may lead to corrective action plans and payment deductions. Performance assessment meetings will occur weekly or as needed.
Attachment D.4 - PPQ.pdf
PDF89 KBMar 26, 2026
AI Summary
The Department of Homeland Security (DHS), FEMA, has issued a Past Performance Questionnaire (PPQ) for a Request for Proposal (RFP) for Unmanned Aircraft Systems. This questionnaire is used to gather confidential feedback on offerors' past contract performance from references. References are instructed to complete and submit two forms—a Performance Rating Form and a Supplemental Comment Form—to the Contracting Officer, Kimberly Coakley, at Kimberly.Coakley@fema.dhs.gov by the RFP's closing date. Performance is rated as Satisfactory, Unsatisfactory, or Neutral across three elements: Quality of Services, Customer Satisfaction, and Timeliness of Performance. The document emphasizes the confidentiality of evaluator input and certifies that information provided will be accurate. The PPQ is a critical component of the source selection process, ensuring that DHS/FEMA can evaluate an offeror's past performance in contracts similar in nature, size, and complexity to the current requirement.
70FB7026R00000004 Amendment 001 32626.pdf
PDF1096 KBMar 26, 2026
AI Summary
This Request for Proposals (RFP) from the Federal Emergency Management Agency (FEMA) is for Unmanned Aircraft Systems (UAS) Support Services. The solicitation is set aside for Total Small Businesses and outlines a base period with multiple option periods for various services. These services include labor (Remote Pilot in Command, Visual Observer, Mission Support Staff, etc.), imagery technologies (multi-rotor fixed wing, thermal cameras, LiDAR, various sensors), operational capabilities (advance features, communications, data services, debris reconnaissance), comprehensive services (inspection, overhaul, flight data), equipment (high-end enterprise systems), miscellaneous services (administrative, analytical reporting, marketing, maintenance, project preparation, software management), other direct costs, and travel. Services can be funded through Stafford or non-Stafford funding, with cost structures including Firm Fixed Price, Labor Hour, Time and Material, and Cost Reimbursement. All offerors must submit a proposal in accordance with the solicitation terms.
70FB7026R00000004 32526.pdf
PDF1072 KBMar 26, 2026
AI Summary
This Request for Proposal (RFP) from the Federal Emergency Management Agency (FEMA), identified as 70FB7026R00000004, is a solicitation for Unmanned Aircraft Systems (UAS) Support Services. The acquisition is set aside for Total Small Business under FAR Part 12. The RFP outlines a base period and three option periods, each detailing various categories of services and equipment. These categories include Labor (Remote Pilots, Observers, Mission Support, Managers, Technicians, Data Analysts), Imagery Technologies (multi-rotor fixed-wing, payload capacity, confined space, thermal cameras, LiDAR, HD cameras), Operational Capability (advanced features, communications, data services, commodities movement, debris reconnaissance, data collection, maintenance), Comprehensive Services (inspections, overhauls, flight time data), Equipment (high-end enterprise systems, frame chassis, controllers, computers, batteries, ESCs, ground control, communication links, landing pads, surveying), and Miscellaneous (administrative, analytical reporting, marketing, maintenance, project/post-production, software, remote driving, wear/tear). Additionally, there are provisions for Other Direct Costs and Travel, both to be reimbursed based on actual costs pre-approved by the Contracting Officer (CO) and Contracting Officer Representative (COR), and in accordance with Federal Travel Regulations (FTR). All listed services and equipment in the schedule currently show a unit price of $0.00/HR, indicating that pricing will be determined at the task order level for Firm Fixed Price, Labor Hour, Time and Material, or Cost Reimbursement contracts, depending on the specific item.
Attachment D.1 - PWS.pdf
PDF340 KBMar 26, 2026
AI Summary
FEMA requires Unmanned Aircraft Systems (UAS) services for disaster response and recovery operations within the United States and its territories. This Performance Work Statement (PWS) outlines the need for contracted UAS capabilities to enhance situational awareness, surveillance, reconnaissance, and data collection. The contractor will provide personnel, equipment, and services for tasks such as imagery collection, geographic mapping, remote sensing (including CBRN environments), and tactical communications. Key requirements include compliance with regulations, data security, and timely activation of UAS teams. The contract has a 12-month base period with four 12-month options. The contractor must adhere to strict performance standards for data accuracy, mission availability, flight operations, and payload delivery, with performance evaluated through a Performance Requirements Summary. The PWS also details requirements for personnel qualifications, reporting, security, and the safeguarding of Personally Identifiable Information (PII) and Controlled Unclassified Information (CUI).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 21, 2026
amendedAmendment #1· Description UpdatedJan 22, 2026
amendedAmendment #2Mar 6, 2026
amendedLatest Amendment· Description UpdatedMar 26, 2026
deadlineResponse DeadlineApr 24, 2026
expiryArchive DateMay 9, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
INCIDENT SUPPORT SECTION(ISS70)

Point of Contact

Name
Kimberly Coakley

Place of Performance

UNITED STATES

Official Sources