CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and Draft RFP
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 opportunity supports the Chief of Naval Air Training (CNATRA) at NAS Corpus Christi, TX, NAS Kingsville, TX, NAS Whiting Field, FL, NAS Pensacola, FL, and NAS Meridian, MS. The latest amendment (A0002) extends the proposal due date to February 17, 2026.
Scope of Work
This Task Order requires contractors to provide comprehensive COMS at the five specified Naval Air Stations. Key requirements include services detailed in the Performance Work Statement (PWS) (Section J, Attachment 1) and adherence to Technical Data and Information requirements outlined in Section J, Exhibit A (DD Forms 1423). The contractor will be responsible for providing all necessary equipment and materials for general cleanliness of assigned spaces and training devices. On-Call Support Services are also incorporated. Access to Government Furnished Information (GFI) requires submission of a specific GFI Request and Non-Disclosure Agreement (NDA) form (L-9), with strict protocols for handling and return.
Contract Details
This is a Firm Fixed Price Task Order, incrementally funded, with a Product Service Code of J069 (Maintenance, Repair And Rebuilding Of Equipment: Training Aids And Devices). The period of performance includes a 2-month Mobilization (FY26), a 12-month Base Year (FY27), and subsequent option periods extending through FY31, not exceeding a total of 62 months. This opportunity is limited to FTSS V, Lot I Multiple Award Contract holders only. Large businesses must meet a minimum small business participation goal of 4% of the Total Evaluated Price.
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) system by February 17, 2026, at 10:00 AM local time. Submissions should be in Microsoft Office 2016+ or PDF format. Evaluation will be based on three factors: TECHNICAL (Staffing Approach), PRICE, and SMALL BUSINESS. The Technical factor is significantly more important than Price, and the Small Business factor will be evaluated on an acceptable/unacceptable basis. The minimum proposal acceptance period is 210 calendar days.
Key Updates & Notes
Amendment A0001 provided significant updates in response to industry questions, including revisions to the PWS, various appendices, and attachments (L-2, L-6, L-8), and introduced flexibility for proposal submission formats. Amendment A0002 further updated Attachments L-2 and L-6, specifically changing CLIN 1202 Task 52 for NAS Corpus Christi, and extended the proposal due date. A list of FTSS V Lot 1 Points of Contact is available for potential subcontracting opportunities.