Air Delivery and Low-Level Static Line Training Support

SOL #: M00681Q0037Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
COMMANDING GENERAL
CAMP PENDLETON, CA, 92055-5001, United States

Place of Performance

Camp Pendleton, CA

NAICS

Other Nonscheduled Air Transportation (481219)

PSC

Other Education And Training Services (U099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 23, 2026
2
Submission Deadline
Apr 17, 2026, 2:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy, specifically the 1st Distribution Support Battalion, 1st Marine Logistics Group, I MEF, is soliciting proposals for Air Delivery (AD) and Low-Level Static Line (LLSL) Progression and Sustainment Training Support. This Firm Fixed Price (FFP) service contract aims to supplement military aircraft capabilities for critical Marine training. The place of performance is within 75 miles of MCB Camp Pendleton, CA. This is a Total Small Business Set-Aside. Quotes are due April 17, 2026, at 07:00 AM Pacific Time.

Purpose

This acquisition provides essential AD and LLSL training to Marines, building upon current capabilities to support future deploying Marine Expeditionary Units (MEU), I MEF contingency operations, major combat operations, and battalion requirements. The training will span approximately two years, from May 1, 2026, to April 30, 2028.

Scope of Work

The contractor will provide comprehensive training support, including:

  • Aircraft Support: LLSL-configured aircraft (rear ramp exit, Air Mobility Command approved) capable of supporting 12 combat-loaded Marines and 2 Jumpmasters, with a minimum of five flights per day. Flights must operate between 2,200ft MSL and 6,000ft MSL, reaching a minimum of 1,200ft AGL.
  • Drop Zone & Facilities: A ZAR-approved drop zone (meeting NAVMC 3500.55B requirements) adjacent to a contractor-owned airfield, billeting for 35 personnel, a loading zone, and a parachute packing area. Secure, climate-controlled facilities (min. 2,000 sq ft) for storage and classroom instruction with exclusive access and internet.
  • Site Support: Liaison services for all PWS matters, coordination of necessary airspace, and drop zone jumper/parachute recovery capabilities.
  • Emergency Services: Coordination of municipal/county paramedics, air medevac, and liaison with local medical facilities, including an enclosed safety vehicle for casualty transport.
  • Contractor Responsibilities: Provide all aircraft maintenance, fuel, special equipment, airfield storage, and proof of CARB approval for aircraft.

Contract Details

  • Contract Type: Firm Fixed Price (FFP), Performance-Based Acquisition (PBA) service contract.
  • Period of Performance: May 1, 2026, to April 30, 2028.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 481219 (Other Air Transportation), Size Standard: $25,000,000.00.
  • Place of Performance: Within 75 miles driving distance of MCB Camp Pendleton, CA.

Submission & Evaluation

  • Submission Method: Quotes must be submitted via email only. Mailed, faxed, hand-carried, or external media submissions will not be accepted.
  • Submission Deadline: April 17, 2026, at 07:00 AM Pacific Time.
  • Quote Validity: Minimum of 90 days.
  • Evaluation Factors: Technical Capability, Past Performance, and Price. Award will be made to the responsible Offeror whose offer is most advantageous to the Government.
    • Technical Capability: Evaluated based on PWS requirements, CARB approval, and ZAR for drop zones.
    • Past Performance: Assessed based on recent and relevant performance, using CPARS and other sources. Offerors must complete and submit the Past Performance Worksheet (Attachment 1).
    • Price: Must be determined fair and reasonable.
  • Mandatory Requirements: Offerors must be registered in the System for Award Management (SAM). The contract will utilize Wide Area WorkFlow (WAWF) for payment processing.

Key Attachments

  • Past Performance Worksheet (Attachment 1): Required for bidders to detail previous contract performance.
  • Wage Determination (No. 2015-5635, Rev. 29): Applicable for San Diego County, CA, outlining minimum hourly wage rates and fringe benefits under the Service Contract Act. Bidders must factor these into proposals.

Contact Information

For questions, contact Aniya Allen at aniya.allen@usmc.mil or 760-725-8446.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Feb 23, 2026
Air Delivery and Low-Level Static Line Training Support | GovScope