Aircraft Computer Maintenance Management System

SOL #: 12760426Q0005Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA FOREST SERVICE
Albuquerque, NM, 87102, United States

Place of Performance

Boise, ID

NAICS

Software Publishers (513210)

PSC

Support Services For Activities Involved With Application Development And Support To Include Analysis, Design, Development, Coding, Testing, And Release Packaging, As Well As Support Of Off The Shelf Business Applications. (DA01)

Set Aside

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

Timeline

1
Posted
Feb 4, 2026
2
Submission Deadline
Feb 12, 2026, 8:00 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 USDA Forest Service is seeking a Computerized Maintenance Management System (CMMS) for its aircraft fleet through a Request for Quote (RFQ). This Total Small Business Set-Aside opportunity aims to procure a configurable Commercial-Off-The-Shelf (COTS) software solution to provide single-source maintenance tracking and logistical support for aircraft, parts, and tooling. The system must integrate with existing applications and data. Quotes are due by February 12, 2026, at 3:00 PM ET.

Scope of Work

The selected CMMS will manage aircraft maintenance (status, work orders, reporting, labor, training, technical directive integration, calibration), supply chain (parts/equipment tracking, cost analysis, disposition), and operations (flight/ground usage). Key technical requirements include browser accessibility, encrypted communications, mobile compatibility, data migration, backup, and retention. The system must support 5-50 concurrent users with 95% functionality and offer 24/7/365 technical support. Initial implementation will focus on the SD3-60 fleet within 90 days of award.

Contract & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ)
  • Contract Type: Firm-Fixed-Price (FFP) Task Order
  • Set-Aside: Total Small Business
  • Period of Performance: A 12-month base period plus four (4) one-year option periods, totaling 60 months.
  • Quotes Due: February 12, 2026, 3:00 PM ET
  • Questions Due: February 9, 2025, 1:00 PM ET
  • Published Date: February 4, 2026

Key Requirements & Deliverables

Bidders must provide a CMMS solution with extensive experience in managing large commercial transport category aircraft fleets. Deliverables include system configuration change requests, user training, Multi-Factor Authentication (MFA) and FAMAuth integration, software license line-item pricing, and a Voluntary Product Accessibility Template (VPAT) for Section 508 compliance. The system must be hosted in a FedRAMP certified environment or on USDA's hosting solution. Compliance with USDA IT security policies, including incident reporting within 60 minutes and FIPS 140-3 encryption, is mandatory.

Evaluation Factors

Award will be based on the most advantageous evaluated price, with non-price factors being significantly more important than price.

  • Factor 1 (Technical Approach): Assessment of proposed CMMS functionality across maintenance, supply, operations, technical information management, O&M, user training, help desk, and adherence to Bill of Materials (BOM) technical requirements.
  • Factor 2 (Past Performance): Demonstrated experience of 5+ years with CMMS aviation data tracking for large transport category aircraft.
  • Factor 3 (Accessibility Conformance Reports - ACR): Evaluation of ACRs for commercially available Information and Communication Technology (ICT) items.
  • Factor 4 (Price): Evaluated price.

Submission Requirements

Quotes must include a completed Attachment 1 (Bill of Materials), technical specifications, delivery time, warranty information, manufacturing location, CTA or Partner/Reseller Agreement, FOB destination details, and a 508 ACR report. Offerors must also complete the Response to RFQ, including FAR 52.204-24 and 52.204-26. Offerors must be registered in SAM with an active UEI.

Contact Information

For questions and quote submission: Cori Gonzales (corrine.gonzales@usda.gov).

People

Points of Contact

Cori GonzalesPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
Aircraft Computer Maintenance Management System | GovScope