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) has issued a Solicitation for Contractor Logistics Support (CLS) Follow-On for the 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 to ensure sustained combat capability at designated Continental United States (CONUS) and Outside Continental United States (OCONUS) locations. Proposals are due March 23, 2026.

Scope of Work

The contract requires comprehensive operational support, including:

  • Organizational-Level (O-Level) maintenance for the MQ-9A UAS and its associated payloads.
  • Provision of qualified pilot and sensor operator aircrew services.
  • Support at Main Operating Bases (MOBs), Forward Operating Bases (FOBs), and other deployed sites.
  • Key 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).
  • Work locations span VMU-1, VMU-3, VMUT-2, and VMX-1 across CONUS (Yuma, AZ; Cherry Point, NC) and OCONUS (INDOPACOM; Kaneohe, HI).

Contract Details

  • Contract Type: FFP and Cost (No Fee) IDIQ.
  • Period of Performance: Ordering period from February 1, 2027, to January 31, 2030.
  • Minimum Contract Value: $1,000,000.
  • Set-Aside: While not a specific set-aside, Section L includes a Price Evaluation Preference for HUBZone Small Business Concerns. 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.
  • Product/Service Code: J015 - Maintenance, Repair And Rebuilding Of Equipment: Aircraft And Airframe Structural Components.

Evaluation Factors

Award will be made on a "best value" tradeoff basis, where Past Performance is more important than Technical, and Technical is more important than Price. All factors other than Price combined are significantly more important than Price.

  • Pre-requisite: Offerors must demonstrate experience with at least one "Very Relevant" or "Somewhat Relevant" contract as a Prime Contractor within the last three years. Failure to meet this results in elimination.
  • Technical: Proposals with a "Marginal" or "Unacceptable" Technical Rating, or a "High" or "Unacceptable" Technical Risk Rating, will be unawardable.
  • Small Business: Small businesses are rated "Acceptable/Unacceptable." Other than small businesses are evaluated on their 18% small business participation goal.

Submission Requirements & Key Considerations

  • Proposal Due: March 23, 2026, by 02:00 PM local time.
  • Submission Method: Electronically through the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil.
  • Questions: Submit questions via email to the PCO and Solicitation Managers. Questions received after 10 calendar days from the RFP issue date will be answered at the PCO's discretion.
  • Attachments: Offerors must complete various attachments, including workshare summaries (KA-1), business system status (KA-2), past performance data (PP-1), a Proposed Features/Benefits Matrix (PFBM), and a Site Manning Matrix.
  • Cybersecurity: Strict compliance with DoD physical and cyber security requirements, including CMMC Level 2 certification, is mandatory. Attachment 5 (Program Protection Plan) and Attachment 9 (Cyber Security Plan) detail these stringent requirements.
  • Data Deliverables: A Contract Data Requirements List (CDRL) specifies numerous data items, reports, and plans required throughout the contract.
  • Pricing: Utilize the provided pricing sheet (Att L-7 Vol 4 Price Model.xlsx) for FFP and Cost (NTE) CLINs across three ordering periods. Wage Determinations (Att L-8) must be incorporated.

Contact Information

Primary Contact: Tiffany Horty (tiffany.a.horty.civ@us.navy.mil) Secondary Contact: Sharina Miller (sharina.n.miller.civ@us.navy.mil)

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 8Viewing
Solicitation
Posted: Feb 23, 2026
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 2
Pre-Solicitation
Posted: Dec 18, 2025
View
Version 1
Pre-Solicitation
Posted: Dec 18, 2025
View