Contractor Logistics Support (CLS) Follow-On, FY 27-30
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, Naval Air Systems Command (NAVAIR), is soliciting for Contractor Logistics Support (CLS) Follow-On for the United States Marine Corps MQ-9A Unmanned Aircraft System (UAS) and its associated payloads, covering Fiscal Years 2027-2030. This is a Firm-Fixed Price (FFP) and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with an estimated total program value of $250 million. Proposals are due March 23, 2026.
Scope of Work
The contractor will provide comprehensive operational support, including Organizational-Level (O-Level) maintenance and qualified pilot and sensor operator aircrew services. Support will ensure sustained combat capability at designated Continental United States (CONUS) and Outside Continental United States (OCONUS) locations, such as Main Operating Bases (MOBs), Forward Operating Bases (FOBs), and other deployed sites. Key performance standards include achieving 75% Mission Capable Aircraft Required (MCAR) and 90% Aircraft Operational Availability Rate (OAR). The effort requires adherence to stringent security (up to Top Secret/Sensitive Compartmented Information - TS/SCI, CMMC Level 2) and cybersecurity requirements, as detailed in the Performance Work Statement (PWS) and Cyber Security Plan.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ).
- Period of Performance: Ordering period from February 1, 2027, to January 31, 2030.
- Estimated Value: $250 Million.
- Set-Aside: No specific set-aside for the prime contract. However, Section L mentions a "Notice of Price Evaluation Preference for HUBZone Small Business Concerns," and large businesses are required to submit a Small Business Subcontracting Plan with a minimum 18% small business participation goal.
Submission & Evaluation
- Proposals Due: March 23, 2026, by 02:00 PM local time.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE).
- Evaluation: Award will be based on a "best value" tradeoff process. Past Performance is more important than Technical, and Technical is more important than Price. All non-price factors combined are significantly more important than Price.
- Pre-requisite: Offerors must demonstrate experience performing similar work with at least one "Very Relevant" or "Somewhat Relevant" contract where they or a Joint Venture Team Member were the Prime Contractor. Failure to meet this will result in an "Unacceptable" rating.
- Key Attachments: The solicitation includes a PWS, Cost and Software Data Reporting (CSDR) plan, Resource Distribution Table (RDT), Wage Determination, Cybersecurity Plan, Contract Data Requirements List (CDRLs), and detailed instructions for proposal volumes (Contract Administration, Past Performance, Technical, Price, and Small Business).
Contact Information
Questions can be emailed to the PCO, Tiffany Horty (tiffany.a.horty.civ@us.navy.mil), and Secondary Solicitations Manager, Sharina Miller (sharina.n.miller.civ@us.navy.mil).