Opportunity

SAM #PANMCC-26-P-0000_045137

Sources Sought: Advanced Unmanned Aircraft Systems (UAS) with Terminal Guidance for U.S. Army

Buyer

W6QM MICC-FT Riley

Posted

April 28, 2026

Respond By

May 05, 2026

Identifier

PANMCC-26-P-0000_045137

NAICS

541330, 336414, 336419, 336413, 336411

The Mission Installation Contracting Command (MICC) at Fort Riley, U.S. Army, is seeking information from manufacturers for Unmanned Aircraft Systems (UAS) with advanced terminal guidance capabilities. - Government Buyer: - U.S. Army, Mission Installation Contracting Command (MICC), Fort Riley - Products/Services Requested: - Unmanned Aircraft Systems (UAS) for Department of War (DoW) Group 1 and Group 2 - One-way attack drone platforms - Advanced terminal guidance systems: - Operator-engaged auto-target and pixel-lock - Real-time visual confirmation and override - Propeller sizes: 3.5 to 15 inches - Payload capacity: up to 5 kg - FPV (First Person View) capability - IR/Low-Light camera support for night operations - Post-sale support, operator and maintenance training, and warranty repair services - Unique/Notable Requirements: - Preference for all critical components (flight controller, ESCs, antennas, motors, GPS modules) designed and manufactured by a single OEM - Multi-OEM solutions considered with detailed supply chain risk mitigation plan - Compliance with NDAA, TAA, and Berry Amendment - Vendors must demonstrate past performance of delivering over 50,000 drone units annually for the past three years - Robust post-sale support and training required - No specific OEMs or vendors are named in the notice - Place of Performance/Delivery: - United States (general) - Contracting office at MICC-Fort Riley, 1792 12th Street, Fort Riley, KS 66442-0248

Description

SOURCES SOUGHT NOTICE

For Market Research Purposes Only

TITLE: Unmanned Aircraft Systems (UAS) with Terminal Guidance Systems

REFERENCE NUMBER: PANMCC-26-P-0000 045137

ISSUING OFFICE: MICC-Fort Riley

DATE ISSUED: 28 April 2026

RESPONSES DUE: 5 May 2026

1.0 DESCRIPTION

This is a Sources Sought notice issued for market research purposes only to identify sources capable of providing a UAS spanning U.S. Department of War (DoW) Group 1 and Group 2 classifications. The information received will be used for acquisition planning and to determine the appropriate acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.

This is NOT a Request for Proposal (RFP), Request for Quotation (RFQ), or Invitation for Bid (IFB). The Government does not intend to award a contract on the basis of this notice. All information submitted in response to this announcement is voluntary, and the Government will not reimburse respondents for any costs incurred in the preparation and submission of a response.

2.0 REQUIREMENT OVERVIEW

The U.S. Army is seeking potential sources with the capability to manufacture and deliver a UAS platform and configuration across U.S. DoW Groups 1 and 2. The systems are intended for one-way attack missions and must incorporate advanced terminal guidance features. The vendor must be a high-volume manufacturer with a secure and integrated supply chain.

3.0 REQUIRED CAPABILITIES & SPECIFICATIONS

Interested parties must demonstrate the capability to meet the following requirements:

3.1 System and Platform Requirements:

UAS Groups: Offer multiple drone platforms and configurations across both U.S. DoD Groups 1 and 2. Size Variants: Platforms must be available with propeller sizes ranging from 3.5 inches to 15 inches. Payload Capacity: Systems must support various payload capacities up to a maximum of 5 kg. First Person View (FPV): All systems must provide an FPV capability for the operator. Night Operations: Systems must be equipped with IR/Low-Light camera capabilities.

3.2 Terminal Guidance System:

All platforms must incorporate an integral operator-engaged auto-target and auto-engagement mechanism for terminal guidance. The system must include a "pixel-lock" capability, allowing the operator to designate a target within the video feed. The Ground Control Station (GCS) must provide real-time visual confirmation of the target lock. The operator must have the ability to override and cancel the terminal guidance engagement at any point before impact.

3.3 Supply Chain and Manufacturing:

Component Integration and Security: To ensure the highest levels of system integrity, performance, and supply chain security, the Government has a strong preference for solutions where all critical components (defined as the flight controller, Electronic Speed Controllers (ESCs), antennas, motors, and GPS modules) are designed and manufactured by the single Original Equipment Manufacturer (OEM) of the drone platform. This unified approach is considered the most effective method for minimizing supply chain vulnerabilities.

Vendors who do not meet this single-OEM model may still be considered, but they must provide a detailed Supply Chain Risk Mitigation Plan as part of their response. This plan must identify the OEM of each critical component and describe the security protocols and testing procedures in place to ensure hardware and software integrity and defend against counterfeit or compromised components.

Compliance: All systems, subsystems, and components must be compliant with the National Defense Authorization Act (NDAA), Trade Agreements Act (TAA), and the Berry Amendment, as applicable. All communication equipment is required to be NDAA compliant.

3.4 Past Performance and Support:

Production Volume: The vendor should demonstrate proven past performance with the delivery of over 50,000 drone units annually for each of the past three (3) calendar years. Post-Sale Support: The vendor must possess the capability to provide aftermarket sales support, comprehensive operator and maintenance training, and warranty repair services.

4.0 SUBMISSION INSTRUCTIONS

Interested parties who believe they have the capability to meet the requirements outlined above are invited to submit a capability statement. The statement should be no more than 10 pages and must include the following information:

1. Company Information: Company Name, Address, CAGE Code, UEI Number, and Point of Contact (Name, Title, Phone, Email).

2. Business Size: Business size and socioeconomic status (e.g., Large Business, Small Business, 8(a), HUBZone, etc.).

3. Capability Narrative: A detailed narrative addressing each requirement listed in Section 3.0. For each requirement, describe your company's capability and provide specific examples and evidence of your ability to meet the specification. For past performance, provide contract numbers, dollar values, and government/commercial points of contact.

4. Product Data Sheets: Provide data sheets for representative platforms that meet the requirements.

Responses should be submitted via email to MAJ Tiffany White (tiffany.r.white21.mil@army.mil) and SFC Justin Bowling (justin.l.bowling2.mil@army.mil)  no later than the response due date specified in this notice. Please include the reference number PANMCC-26-P-0000 045137 in the subject line of your email.

5.0 DISCLAIMER

Again, this is not a solicitation. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any information submitted by respondents to this notice is strictly voluntary. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.

View original listing