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

SOL #: N0001926R1000Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
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
Submission Deadline
Mar 23, 2026, 6:00 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) is soliciting proposals for Contractor Logistics Support (CLS) Follow-On for the United States Marine Corps MQ-9A Unmanned Aircraft System (UAS) and its associated payloads for Fiscal Years 2027-2030. This effort ensures sustained combat capability at designated Continental United States (CONUS) and Outside Continental United States (OCONUS) locations. The contract will be a Firm-Fixed Price (FFP) and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ). Proposals are due March 23, 2026.

Purpose & Scope

This solicitation seeks comprehensive operational support, including Organizational-Level (O-Level) maintenance and qualified pilot and sensor operator aircrew services. Support will be provided at Main Operating Bases (MOBs), Forward Operating Bases (FOBs), and other deployed sites, including VMU-1, VMU-3, VMUT-2, and VMX-1 squadrons across CONUS (Yuma, AZ; Cherry Point, NC) and OCONUS (INDOPACOM; Kaneohe, HI). The scope includes supply support, adherence to stringent security requirements (up to Top Secret/Sensitive Compartmented Information - TS/SCI, CMMC Level 2), and achieving performance standards such as 75% Mission Capable Aircraft Required (MCAR) and 90% Aircraft Operational Availability Rate (OAR).

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.
  • Minimum Value: $1,000,000.
  • Estimated Total Program Value: $250.0 Million (as per Attachment 7 RDT).
  • Set-Aside: Not a specific set-aside. However, Section L mentions a Price Evaluation Preference for HUBZone Small Business Concerns. Large businesses must submit a Small Business Subcontracting Plan with a minimum 18% small business participation goal, and small businesses must provide their SAM profile.

Key Requirements & Deliverables

Offerors must provide O-Level maintenance, aircrew services, and manage material requirements. Deliverables include various data items specified in Exhibit A (CDRLs), such as transition plans, flight operations summaries, and cybersecurity reports. Contractors will also be subject to Cost and Software Data Reporting (CSDR) requirements (Attachment 6) and must adhere to detailed Wage Determinations (Attachment 8) for labor costs. Cybersecurity compliance, including USN standards and Risk Management Framework (RMF) requirements, is critical (Attachment 9).

Proposal Submission & Evaluation

  • Proposals Due: March 23, 2026, by 02:00 PM local time.
  • Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil. Offerors are responsible for timely submission.
  • Evaluation Factors: Award will be based on a "best value" tradeoff. 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-requisites: Offerors must demonstrate experience with similar work, submitting at least one "Very Relevant" or "Somewhat Relevant" contract as a Prime Contractor or Joint Venture Team Member. Failure to meet this will result in elimination.
  • Key Attachments: Offerors must complete tables for workshare (KA-1), business system status (KA-2), relevant contracts (KA-3, PP-1), a technical cross-reference matrix (CRM), a proposed features/benefits matrix (PFBM), a site manning matrix, and a detailed price model (Att L-7) where provided Not To Exceed (NTE) values must not be changed.

Important Notes

Attachment 5 (MQ-9 Enterprise PPP) is being removed as it contains Controlled Unclassified Information (CUI); offerors requiring it for proposal development should contact the PCO. Questions can be emailed to the PCO, Primary, and Secondary Solicitations Managers, but those received after 10 calendar days from the RFP issue date will be answered at the PCO's discretion.

People

Points of Contact

Sharina MillerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
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 7Viewing
Solicitation
Posted: Feb 20, 2026
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 2
Pre-Solicitation
Posted: Dec 18, 2025
View
Version 1
Pre-Solicitation
Posted: Dec 18, 2025
View
Contractor Logistics Support (CLS) Follow-On, FY 27-30 | GovScope