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
Apr 6, 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. This effort, covering FY 27-30, 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 April 6, 2026, at 2:00 PM Eastern Time.

Scope of Work

This opportunity requires comprehensive operational support, including:

  • Organizational-Level (O-Level) maintenance for the MQ-9A UAS and its payloads.
  • Provision of qualified pilot and sensor operator aircrew services.
  • Support services at Main Operating Bases (MOBs), Forward Operating Bases (FOBs), and other deployed sites (e.g., Yuma, AZ; Cherry Point, NC; INDOPACOM; Kaneohe, HI).
  • Adherence to performance standards such as 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).
  • Compliance with stringent cybersecurity requirements (CMMC Level 2) and program protection plans.

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 Value: $1,000,000.
  • Estimated Program Value: $250.0 Million TY$M (from Resource Distribution Table).
  • Set-Aside: Not set-aside (unrestricted), but requires Small Business Subcontracting Plans for large businesses (minimum 18% goal) and includes a HUBZone Small Business Concerns Price Evaluation Preference.
  • 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, with Past Performance being more important than Technical, and Technical being more important than Price. All non-price factors combined are significantly more important than price. Key evaluation areas include:

  • Pre-requisite: Offerors must demonstrate experience performing similar work, submitting at least one "Very Relevant" or "Somewhat Relevant" contract as a Prime Contractor.
  • Past Performance: Evaluated for recency (within 3 years), relevancy, and customer feedback.
  • Technical: Assesses understanding, approach (Maintenance and Aircrew), and Key Personnel. Proposals with "Marginal" or "Unacceptable" Technical ratings or "High"/"Unacceptable" Technical Risk will be unawardable.
  • Price: Evaluated for fairness and reasonableness; unbalanced pricing may render a proposal ineligible.
  • Small Business: Small businesses rated Acceptable/Unacceptable; large businesses evaluated on meeting the 18% small business participation goal.

Submission Instructions

  • Proposals are due April 6, 2026, at 2:00 PM Eastern Time.
  • Submissions must be made electronically through the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?noticeId=N0001926R1000&noticeType=SolicitationNotice.
  • Offerors must carefully review Section L for detailed instructions on proposal preparation, formatting, and required attachments (e.g., Workshare Summary, Past Performance Contract Data, Site Manning Matrix, Price Model, SBPCD).
  • Questions must be submitted via email to the PCO, Primary, and Secondary Solicitations Managers identified in the announcement. Questions received after 10 calendar days from the RFP issue date (February 19, 2026) will be answered at the PCO's discretion. The Government will not accept questions in person or by phone.

Important Notes

  • This announcement includes Amendment 0003 (March 12, 2026), which extends the proposal submission date. Offerors should ensure final submissions align with the latest revisions.
  • Offerors are responsible for timely submission and confirmation of receipt; late submissions will not be evaluated.
  • A technical library of applicable documents is available upon request.
  • The government will not provide historical manning data; offerors must develop their own manning support based on the PWS and Site Manning Matrix.

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
Download
View
View
View
View

Versions

Version 11
Solicitation
Posted: Mar 16, 2026
View
Version 10Viewing
Solicitation
Posted: Mar 12, 2026
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 2
Pre-Solicitation
Posted: Dec 18, 2025
View
Version 1
Pre-Solicitation
Posted: Dec 18, 2025
View