Opportunity

SAM #70Z02326RFI931301

USCG Seeks Contractor-Operated Medium Range UAS ISR Services for Cutters and Shore Sites

Buyer

USCG Contracting Office

Posted

April 08, 2026

Respond By

May 08, 2026

Identifier

70Z02326RFI931301

NAICS

541370, 541690, 488190, 541330

The U.S. Coast Guard, through its Robotics and Autonomous Systems Program Executive Office (CG-RAS PEO), is seeking contractors to provide airborne Intelligence, Surveillance, and Reconnaissance (ISR) services using Groups 2 and 3 Medium Range Unmanned Aircraft Systems (UAS) under a Contractor-Owned, Contractor-Operated (COCO) model. - Government Buyer: - U.S. Coast Guard (Department of Homeland Security) - Robotics and Autonomous Systems Program Executive Office (CG-RAS PEO) - Products/Services Requested: - Airborne ISR services using Groups 2 and 3 Medium Range UAS - UAS platforms tailored for multiple Coast Guard cutter classes (WMSL, MEC 270', MEC 210', OPC, ICE, FRC) and shore-based sites - UAS must feature: - Automated launch/recovery and flight operations - Acoustic stealth - Multi-sensor payloads: EO/IR, AIS, ADS-B, transponder, IR laser designator, weather sensors, VHF/UHF comms relay, wide area sensor - Operation on JP-5 fuel and certified lithium batteries - Encrypted communications and integration with Coast Guard enterprise systems - Ground Control Stations (GCS) fitting within cutter OPCEN, supporting real-time data feeds and control - Unique/Notable Requirements: - Compliance with military airworthiness and cybersecurity standards - System readiness at Technology Readiness Level (TRL) 8 or higher - Contractor must provide trained personnel, non-developmental UAS equipment, certifications, operation, maintenance, logistics, and 24/7 mission support - Coverage for up to 35 shore sites and multiple cutter classes across Atlantic, Pacific, and Alaskan/Arctic regions - Security clearance adherence and compliance with USCG/federal regulations - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Period of Performance: - Basic Ordering Agreement (BOA) with a five-year base period and a five-year option, totaling up to ten years - Place of Performance: - Aboard various Coast Guard cutters (National Security, Offshore Patrol, Medium Endurance, Ice Breakers, Fast Response, Polar Security, Arctic Security) - Up to 35 shore-based sites in Atlantic, Pacific, and Alaskan/Arctic regions

Description

Please see the attached RFI

The U.S. Coast Guard Robotics and Autonomous Systems Program Executive Office (CG-RAS PEO) seeks to identify contractors capable of providing airborne Intelligence, Surveillance, and Reconnaissance (ISR) services from Groups 2 and 3 Unmanned Aircraft Systems (UAS) using Contractor-Owned, Contractor-Operated (COCO) services aboard a variety of CG Cutter classes equipped with flight decks and shore-based operating sites.

This is notice of intent. It does not constitute a solicitation, a request for competitive proposals. and shall not be construed as a commitment by the government. However, responsible, interested parties may identify their interest and capability by responding to this notice.  The Government will consider all information received prior to the closing date of this notice. Responses in any form are not offers and the government is under no obligation to award a contract, or agreement as a result of this announcement.  No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents is strictly voluntary.

A decision by the Government not to fulfill this requirement based upon responses to this notice is solely within the discretion of the Government. There are no commitments by the Government to issue any solicitations, agreements, award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to make an agreement, solicit for or award a contract. No telephone responses will be accepted.

This Request for Information is a market research tool being used in accordance with Federal Acquisition Regulation (FAR) Subpart 15.101 FAR Overhaul - Part 15 | Acquisition.GOV to determine potential and eligible businesses capable of providing the services described herein.

View original listing