Contractor Logistics Support (CLS) Follow-On, FY 27-30

SOL #: N0001926R1000Pre-Solicitation

Overview

Buyer

PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

Place of performance not available

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft And Airframe Structural Components (J015)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 18, 2025
2
Last Updated
Mar 16, 2026
3
Response Deadline
Jan 14, 2026, 10:00 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, Naval Air Systems Command (NAVAIR) has issued a Solicitation (N0001926R1000) for Contractor Logistics Support (CLS) Follow-On for the United States Marine Corps MQ-9A Unmanned Aircraft System (UAS), covering Fiscal Years 2027-2030. This is a Firm-Fixed Price (FFP) and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The purpose is to ensure sustained combat capability at designated Continental United States (CONUS) and Outside Continental United States (OCONUS) locations. Proposals are due by April 6, 2026, at 6:00 PM ET.

Scope of Work

The contractor will provide comprehensive Organizational-Level (O-Level) maintenance and qualified pilot and sensor operator aircrew services for the MQ-9A UAS and its associated payloads. Support is required at Main Operating Bases (MOBs), Forward Operating Bases (FOBs), and other deployed sites, including VMU-1, VMU-3, VMUT-2, and VMX-1 across CONUS (Yuma, AZ; Cherry Point, NC) and OCONUS (INDOPACOM; Kaneohe, HI) locations. This includes 24/7 operational support, supply support, and strict adherence to DoD physical and cyber security requirements, including CMMC Level 2 certification and personnel clearances up to TS/SCI. Performance standards include achieving 75% Mission Capable Aircraft Required (MCAR), 50% Full Mission Capable Aircraft Required (FMCAR), 90% Aircraft Operational Availability Rate (OAR), and 96% Aircrew Availability Rate (AAR).

Contract Details

  • Contract Type: Firm-Fixed Price (FFP) and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ).
  • Period of Performance: February 1, 2027, to January 31, 2030 (ordering period).
  • Minimum Contract Quantity: $1,000,000.
  • Set-Aside: Not a total set-aside. Large businesses must provide a Small Business Subcontracting Plan with a minimum 18% small business participation goal. Small businesses must provide their current SAM profile. A "Notice of Price Evaluation Preference for HUBZone Small Business Concerns" is included.

Submission & Evaluation

Proposals must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE). Offerors are responsible for timely submission and confirmation. Late submissions will not be evaluated. Evaluation will be on a "best value" tradeoff basis, with Past Performance being more important than Technical, and Technical being more important than Price. All factors other than Price combined are significantly more important than Price. Key evaluation factors include:

  • Pre-requisites: Demonstrated experience with similar work (at least one "Very Relevant" or "Somewhat Relevant" contract as Prime).
  • Past Performance: Recency (within 3 years), relevancy, customer feedback.
  • Technical: Understanding of requirements, approach to Maintenance and Aircrew, Key Personnel, Technical Risk.
  • Price: Fairness and reasonableness, Total Evaluated Cost/Price (TEC/P).
  • Small Business: Acceptable/Unacceptable for SBs; 18% participation goal for others. Questions can be emailed to the PCO, Primary, and Secondary Solicitations Managers. Questions received after 10 calendar days of the RFP issue date (February 19, 2026) will be answered at the PCO's discretion.

Important Notes

Amendment 0004 (March 16, 2026) provided additional responses to industry RFIs. Offerors must ensure final proposal submissions align with the latest revisions. Attachments and Attachment URLs remain in PIEE. Offerors experiencing difficulty downloading documents from PIEE should contact the PCO.

People

Points of Contact

Files

Files

View
View
View
View

Versions

Version 11
Solicitation
Posted: Mar 16, 2026
View
Version 10
Solicitation
Posted: Mar 12, 2026
View
Version 9
Solicitation
Posted: Mar 5, 2026
View
Version 8
Solicitation
Posted: Feb 23, 2026
View
Version 7
Solicitation
Posted: Feb 20, 2026
View
Version 6
Solicitation
Posted: Feb 19, 2026
View
Version 5
Pre-Solicitation
Posted: Jan 22, 2026
View
Version 4
Pre-Solicitation
Posted: Jan 5, 2026
View
Version 3
Pre-Solicitation
Posted: Dec 22, 2025
View
Version 2Viewing
Pre-Solicitation
Posted: Dec 18, 2025
Version 1
Pre-Solicitation
Posted: Dec 18, 2025
View