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, 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. This effort, covering Fiscal Years 2027-2030, aims to ensure 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 by March 23, 2026, at 02:00 PM local time.
Scope of Work
The selected contractor will provide:
- Organizational-Level (O-Level) maintenance for the MQ-9A UAS and its payloads.
- Qualified pilot and sensor operator aircrew services at Main Operating Bases (MOBs), Forward Operating Bases (FOBs), and other deployed sites as directed by the Government.
- Support services at various squadrons including VMU-1, VMU-3, VMUT-2, and VMX-1 across CONUS (Yuma, AZ; Cherry Point, NC) and OCONUS (INDOPACOM; Kaneohe, HI) locations.
- 24/7 operational support for maintenance and aircrew services.
- Adherence to performance standards including 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: 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: No specific set-aside is designated. However, a Price Evaluation Preference for HUBZone Small Business Concerns is noted. Large businesses must provide a Small Business Subcontracting Plan (ISP) and a Small Business Participation Commitment Document (SBPCD) with a minimum 18% small business participation goal. Small businesses must provide their current SAM profile.
Submission & Evaluation
- Proposals are due: March 23, 2026, 02:00 PM local time.
- Submission Method: Electronically through the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil. Offerors are responsible for timely submission and confirmation.
- 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-Requisites: Offerors must demonstrate experience as a Prime Contractor on at least one "Very Relevant" or "Somewhat Relevant" contract within the last three years.
- Technical Evaluation: Assesses understanding, approach, ability, and key personnel. A "Marginal" or "Unacceptable" rating will render a proposal unawardable.
- Small Business Participation: A key evaluation factor, with an 18% goal for large businesses.
- Proposal Structure: Five volumes are required: Contract Administration, Past Performance, Technical, Price, and Small Business. Specific tables (KA-1, KA-3, PP-1, Annex B) are requested 14 calendar days prior to the main submission deadline.
- Questions: Must be emailed to the PCO, Primary, and Secondary Solicitations Managers. Questions received after 10 calendar days of the RFP issue date (March 5, 2026) will be answered at the Government's discretion.
Key Requirements & Attachments
- Cybersecurity: Strict compliance with DoD physical and cyber security, including CMMC Level 2 certification, is required. Contractors must ensure networks are compatible with USN standards and utilize PKI certificates.
- Data Reporting: Detailed Cost and Software Data Reporting (CSDR) requirements (DD Form 2794) are outlined, including a Work Breakdown Structure (WBS) and submission schedules.
- Wage Determination: Attachment 8 provides minimum wage rates and fringe benefits under the Service Contract Act for relevant locations.
- Corrective Action Process: Attachments 2 and 3 detail the formal process for addressing and resolving contractor noncompliance through Corrective Action Requests (CARs).
- Past Performance Questionnaire (PPQ): Offerors' past performance will be evaluated using a specific questionnaire (Att L-2 Vol 2 PPQ).
- Pricing: Bidders must use the provided Price Model (Att L-7 Vol 4) to enter CLIN dollar values, adhering to Not To Exceed (NTE) values for Cost CLINs.
Amendment Notes
Amendment 0002, dated March 5, 2026, provides additional responses to industry RFIs and a conformed solicitation. Documents without the 'AMD 01' nomenclature remain unchanged. Offerors experiencing difficulty downloading documents from PIEE should contact the identified solicitation managers.