MQ-9 Unmanned Aircraft Systems
ID: 20251202Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONAIR AND MARINE CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is planning to issue a Sole Source Contract Modification to General Atomics Aeronautical Systems, Inc. for the procurement of up to eleven MQ-9 Unmanned Aircraft Systems. This contract modification aims to increase the contract ceiling and extend the performance period by an additional 12 months, from October 1, 2026, to September 30, 2027, to support anticipated aircraft deliveries and ongoing operational and maintenance services for the existing UAS fleet. The MQ-9 systems are critical for enhancing the DHS's mission capabilities in border security and surveillance operations. Interested parties are encouraged to express their interest and capabilities in writing to Brenda Mealer at brenda.mealer@cbp.dhs.gov prior to the closing date of this notice, as this is not a request for proposals or bids.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Level III Small Unmanned Aircraft Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting a Request for Information (RFI) to explore the availability and technological capabilities of vendors for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) sUAS Program. The RFI seeks solutions that demonstrate high Manufacturing Readiness Level (MRL) and Technology Readiness Level (TRL), with key capabilities including FAA compliance, minimal personnel requirements, autonomy, AI/machine learning integration, and interoperability with existing systems. Responses to this RFI, which is intended for informational and planning purposes only and does not guarantee a contract award, are due by December 12, 2025, and interested vendors should direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    MQ-9A Central Avionic Bay (CAB) ), DuraNET Cable Parts, Radar Equipment Airborne (REA) and Automatic Information Systems (AIS) Mission Kits Parts Buy
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, intends to negotiate a Delivery Order with General Atomics – Aeronautical Systems, Inc. (GA-ASI) for the procurement of essential components including the Central Avionic Bay (CAB), DuraNET Cable Parts, Radar Equipment Airborne (REA), and Automatic Information Systems (AIS) Mission Kits for the MQ-9A unmanned aircraft. This procurement is critical for ensuring the operational capability of the MQ-9A, as GA-ASI is the sole designer and manufacturer of this aircraft, possessing the unique expertise and technical data necessary to fulfill the government's requirements effectively. The contract is expected to be awarded by September 2026, and interested parties may express their interest and capabilities by contacting Kaylynn Boswell via email at kaylynn.h.boswell.civ@us.navy.mil, although this notice is not a request for competitive proposals.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for a multiple-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract focused on Counter-Unmanned Aircraft Systems (C-UAS) solutions, with a total ceiling of $1.5 billion. The procurement is divided into two tracks: Track 1 for Hardware/Software and Ancillary Services, and Track 2 for Comprehensive Services, aimed at enhancing capabilities for detecting, tracking, identifying, and mitigating threats posed by unauthorized unmanned aircraft systems in various environments. This initiative is critical for ensuring national security and operational readiness against evolving aerial threats, with proposals due by December 8, 2025. Interested parties can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.
    UAS Drone Blue Cleared or Select lists compliant BPA
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft Systems (sUAS) and associated repair parts. Interested vendors must be authorized distributors of drones listed on the Blue UAS Cleared or Select lists, which are compliant with current laws and validated as cyber-secure for Department of Defense operations. This procurement is crucial for meeting the evolving mission needs of DoD users and is set aside exclusively for small businesses, with no current funding available for proposal preparation. Interested parties should submit their responses electronically, including required documentation, to the designated contacts by referencing “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject line.
    Basic Unmanned Aerial System
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential vendors regarding the procurement of a Basic Unmanned Aerial System (UAS), specifically a ruggedized, backpack portable quadcopter. The UAS must meet specific requirements, including a minimum flight time of 30 minutes, compliance with the National Defense Authorization Act (NDAA), an Ingress Protection rating of IP53 or better, video recording capabilities, and an integrated Ground Control Station with a display, all within a target price of $12,000 or less. This initiative is crucial for enhancing the FBI's operational capabilities, and interested parties are invited to submit capability statements by December 23, 2025, and direct any questions to Brian Ames at bames@fbi.gov by December 10, 2025.
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    Competitive Basic Ordering Agreements (BOAs) for Unmanned Aircraft System (UAS) Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) Services, (PMA-263)
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIRSYSCOM), is seeking to establish Competitive Basic Ordering Agreements (BOAs) for contractor-owned, contractor-operated Unmanned Aircraft System (UAS) Intelligence, Surveillance, and Reconnaissance (ISR) services. The procurement aims to provide UAS ISR capabilities to support multiple combatant commands, requiring contractors to supply trained personnel, non-developmental UAS equipment, and operational support for around-the-clock ISR missions. These services are critical for domestic and coalition military operations, addressing urgent operational needs and fleet requirements. Interested parties can reach out to Heather Buckler at heather.m.buckler.civ@us.navy.mil or Kristen Ferro at kristen.w.ferro.civ@us.navy.mil for further information, noting that this notice is for informational purposes only and does not constitute a request for competitive proposals.
    X10 Drone Multi-Viewer Live Streaming
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source purchase order for Skydio Multi-Viewer Live Streaming services for X10 Drones to Skydio, Inc. This procurement is necessary due to the proprietary nature of Skydio's software, which is essential for enabling the video streaming capabilities of their drones, making them the only available source for this requirement. The total value of the acquisition is $84,000, covering the period from October 1, 2025, to October 1, 2026, and interested vendors may submit capability statements to the primary contact, Robert Radke, at robert.j.radke@dea.gov, by the specified archive date. This notice serves as a special notice and is not a request for competitive quotations, as the government reserves the right to determine the necessity of competition based on the responses received.
    Notice of Intent to Sole Source - Satellite Air Time
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to issue a sole source contract to Skymira LLC for the procurement of satellite airtime services essential for GPS tracking devices used by CBP officers. This contract will cover the provision of one hundred and twenty (120) ISAT DataPro plans and activations, which are critical for maintaining an uninterrupted connection for tracking and intelligence gathering operations. The period of performance for this contract is set from October 1, 2025, to September 30, 2026, at March Air Reserve Base in California, with security protocols requiring escorted access to the military installation. Interested contractors who believe they can meet the requirements are encouraged to contact the primary contact, Nykia Warren, via email at nykia.warren@cbp.dhs.gov, by the specified response date.
    DHS Medical Supplies BPA Modification
    Buyer not available
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.