Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Drones

Expired
FY26-W914030012392549Federal
AI Contract Overview
Show more

The Washington Army National Guard (WAARNG) at Camp Murray, Washington, intends to award a firm fixed price purchase order without full and open competition for the procurement of Bumblebee/Hornet drones. This sole source acquisition will be awarded to Napatree Technology, the only responsible and available provider that meets the agency's requirements. The determination to forgo a competitive process was made because no other vendor can satisfy these specific needs. The contract falls under NAICS code 334511 and is managed by the Department of Defense office located in Tacoma, WA. The notice clearly states that this is not a solicitation for competitive proposals and applies to the initial award as well as any extensions. Interested parties or those seeking further information are directed to contact Fredesvin Quintana via email or phone. The deadline for responses related to this procurement is February 9, 2026. The contract aligns with the strategic needs of the Washington National Guard to acquire specialized drone technology from a sole source vendor to ensure mission readiness and operational effectiveness.

General Info

WAARNG awards sole source fixed-price contract to Napatree Technology for Bumblebee/Hornet drones.

Agency

Department Of Defense → W7N6 Uspfo Activity Wa Arng

View Agency

NAICS

334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

View NAICS

Place of Performance

Camp Murray, WA, 98430, USA

Set-Aside

NONE
Documents(1)

A2+Sole+Source_Brand+Name+Justification_81st+SBCT+Drones.pdf

PDF

AI Contract Breakdown
Uniform Contract Format

What is UCF?

Uniform Contract Format (UCF) uses AI to break down any contract into standardized sections—scope, pricing, deliverables, and evaluation criteria.

Timeline
PhaseClosed
Posted

Contract opportunity posted

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → W7N6 Uspfo Activity Wa Arng
Contacts1 person available
OfficeTACOMA, WA, 98430-5170, USA
Organization / Agency
Department Of Defense → W7N6 Uspfo Activity Wa Arng
View Agency Profile
Office Address

TACOMA, WA, 98430-5170, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more

The WAARNG located at Camp Murray, WA 98430 intends to award a Firm Fixed Price purchase order by other than full and open competition. Only one source and no other source will satisfy agency requirements. This notice is not a request for competitive proposals. Award will be made to Napatree Technology at Camp Murray WA for Bumblebee/Hornet Drones for the Washington Army National Guard. A determination not to compete this procurement was made because only one responsible source and no other source will satisfy agency requirements to provide Bumblebee/Hornet Drones to the Washington National Guard. This award and any extensions to this award are covered under this special notice. Questions should be directed to Fred Quintana via email to: fredesvin.quintana.civ@army.mil

Similar Contracts

NAICS: 334511
New
Federal

CONNECTOR ASSEMBLY

This contract for a connector assembly involves the procurement of two individual units, each identified by the National Stock Number (NSN) 6340-00-135-7482, with a delivery schedule of five days from the contract award date. The contract specifies rigorous quality and technical requirements, referencing the DLA Master List of Technical and Quality Requirements, along with compliance to DLA packaging standards per MIL-STD-2073-1E and MIL-STD-129 for marking and handling. The inspection and acceptance points are designated at the destination, ensuring strict adherence to quality control through defined sampling methods such as MIL-STD-1916 or comparable standards. The units are considered critical application items and require careful packaging marked as fragile, with strict instructions for shipment by fastest traceable means, excluding parcel post. The contract is issued under solicitation number SPE4A6-26-T-856Q by the Department of Defense’s ASC Commodities Division, with the place of performance and delivery at Hill Air Force Base, Utah. Configuration change management, cybersecurity self-assessment compliance (CMMC Level 2), and the removal of government identification from non-accepted supplies are integral contractual conditions. Coordination and communication are facilitated through a designated government point of contact, with deliveries expected by February 23, 2026. The contract maintains a zero-variance tolerance on quantity and emphasizes adherence to defense-related packaging, marking, and lifecycle support protocols to ensure the integrity and traceability of the connector assemblies throughout procurement and delivery.

ASC COMMODITIES DIVISION

POSTED

about 8 hours ago

DEADLINE

in 8 days

View Details
NAICS: 334511
New
Federal

CONCENTRATOR, OXYGEN

The contract calls for the procurement of six units of the Saros Medical Oxygen Concentrator, Model 3000, a portable oxygen system engineered for extreme environments including ground, air, and sea operations. The device delivers medical-grade oxygen at 3 liters per minute with a dosing mode up to 96 ml, system output pressure capped at 15 PSI, and a maximum output pressure of 5 PSIG. It is powered by AC with a 130-watt, 24-volt DC rechargeable battery, emphasizing operational flexibility. Each unit must comply with Item Unique Identification (IUID) in line with MIL-STD-130 regulations, ensuring traceability and accountability. The contract references specific technical and quality requirements as listed in the DLA Master List and includes packaging and government identification removal standards for non-accepted supplies. The solicitation, issued by the Department of Defense’s Medical Supply Chain under the Medical Surgical FSF office, specifies delivery within 20 days to the place of performance in Pensacola. The bidders are required to specify the source and part number they will supply for evaluation. The procurement is governed by DFARS clause 252.211-7003 concerning IUID compliance and involves adherence to covered defense information protections. The solicitation is open for response until March 9, 2026, under NAICS code 334511, indicating electronic and electric equipment manufacturing. This contract ensures the acquisition of rugged medical oxygen concentrators essential for critical military medical and operational needs.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 8 hours ago

DEADLINE

in 8 days

View Details
NAICS: 334511
New
Federal

VALVE, POSITIVE END

The contract calls for the supply of Positive End Expiratory Pressure (PEEP) valves designed for use with ventilators and resuscitation devices. These valves provide an adjustable PEEP range from 0 to 20 cm H2O and feature a 22 mm internal diameter connection with a matching adapter, capped in blue. The units must be packaged commercially according to specified procurement documents, ensuring they are sealed and protected from damage during shipment. Packaging must comply with Medical Marking Standard No. 1, replacing previous military standards, and each package contains 10 valves with a total order quantity of 18 packages. The valves must have a shelf life of 36 months, with no more than four months elapsed from manufacture to delivery. Labels on the units are required to include the National Stock Number (NSN), manufacturer and CAGE code, manufacture date, expiration or retest date, and contract or lot number. Delivery is expected within 20 days after the award date, with technical and quality requirements incorporated from the DLA Master List as referenced in the contract. The contract is under solicitations managed by the Department of Defense through the Medical Supply Chain MD Surg FSF, with the place of performance at JBSA Fort Sam Houston. The procurement ensures compliance with DLA packaging and marking guidelines, and removal of government identification from non-accepted supplies is mandated.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 8 hours ago

DEADLINE

in 8 days

View Details