Solicitation Notice_CNATRA COMS_FTSS V
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, NAWC TRAINING SYSTEMS DIV, has issued a Solicitation for a Contractor Operation and Maintenance Services (COMS) and Contractor Maintenance Services (CMS) Task Order under the FTSS V Multiple Award Contract, Lot 1. This effort supports the Chief of Naval Air Training (CNATRA) at five Naval Air Stations: NAS Corpus Christi, TX; NAS Kingsville, TX; NAS Whiting Field, FL; NAS Pensacola, FL; and NAS Meridian, MS. The proposal due date has been extended to February 12, 2026.
Scope of Work
The contractor will provide COMS at the specified locations, encompassing maintenance, repair, and rebuilding of training aids and devices (PSC J069). Key requirements include:
- Providing Contractor Operations and Maintenance Services (COMS) as detailed in Section J, Attachment 1 (Performance Work Statement).
- Managing Technical Data and Information requirements per Section J, Exhibit A (DD Forms 1423).
- Providing all necessary equipment, materials, and supplies for general cleanliness of assigned spaces and training devices.
- Incorporating On-Call Support Service.
- Access control is noted as "Not applicable to CNATRA COMS," and Continuously Staffed Operations (CSDO) are not currently required.
Contract Details
- Contract Type: Task Order under the FTSS V Multiple Award IDIQ contract, Lot 1 (limited to Lot 1 MAC holders).
- Funding: Incrementally funded.
- Period of Performance: Mobilization (2 months, FY26), Base Year (12 months, FY27), with subsequent option periods through FY31. Total duration not to exceed 62 months.
- Pricing: Firm Fixed Price for CLINs/Tasks, Mobilization, Base period, and Option periods.
- Set-Aside: No specific set-aside. Large businesses must meet a minimum small business participation goal of 4% of the Total Evaluated Price.
Submission & Evaluation
- Proposal Due Date: February 12, 2026, by 10:00 AM local time.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) system.
- Proposal Format: Three volumes: TECHNICAL (15-page limit, no cost info), PRICE, and SMALL BUSINESS. Submissions can be in Microsoft Office 2016+ (Word or Excel) and/or Adobe Acrobat Reader (.pdf), with Word taking precedence in case of discrepancies.
- Evaluation Factors: TECHNICAL (Staffing Approach), PRICE, and SMALL BUSINESS (Acceptable/Unacceptable). Technical is significantly more important than Price.
- Acceptance Period: Minimum proposal acceptance period is 210 calendar days.
Key Amendments & Notes
- Amendment A001 (January 21, 2026): Updated the proposal due date and provided minor solicitation updates in response to industry questions. This included clarifications to the PWS (housekeeping, access control, CSDO, on-call support), corrections to various appendices (NASM, NASK, NASC, NASWF, NASP) regarding devices and supply support, and revisions to attachments (L-2, L-8, L-6).
- Government Furnished Information (GFI): A GFI Request and Non-Disclosure Agreement (NDA) form (L-9) is available and mandatory for contractors to request and access sensitive GFI necessary for proposal preparation. Compliance with NDA terms is critical.
- Subcontracting Opportunities: A list of FTSS V Lot 1 awardees and their Points of Contact is provided for potential subcontracting inquiries.
Contact Information
- Primary: Janet Fondriest (janet.l.fondriest.civ@us.navy.mil)
- Secondary: Jana McEntegart (jana.r.mcentegart.civ@us.navy.mil)