Logistics Support Services III
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 Naval Air Systems Command, Weapons Division, China Lake, CA, is conducting a Sources Sought to identify qualified firms for Logistics Support Services III. This market research aims to determine potential sources for a competitive procurement supporting the Maintenance, Repair and Overhaul Department. Responses will inform the acquisition strategy and potential set-aside decisions. Capability statements are due by February 18, 2026.
Scope of Work
The requirement is for comprehensive Logistics Support Services covering acquisition logistics management and integration across various elements including Product Support Management, Supply Support, Packaging, Handling, Storage, and Transportation (PHS&T), Maintenance Planning & Management, Design Interface, Sustaining Engineering, Technical Data and Configuration Control, Computer Resources, Facilities and Infrastructure, Support Equipment, and Training & Training Support for Navy weapons, weapons systems, and subsystems. Services will span from concept refinement through disposal, ensuring maintainability, readiness, supportability, and affordability. The primary worksite will be NAWCWD, China Lake, CA, with additional support at NAS Fallon, NV; Crane, IN; Fallbrook, CA; Jacksonville, FL; Norfolk, VA; Patuxent River, MD; Pt. Mugu, CA; Ridgecrest, CA; and Tuman, Guam.
Contract & Timeline
- Type: Sources Sought / Market Research (contemplating a 5-year Cost-Plus-Fixed-Fee (CPFF), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract)
- NAICS: 541330 (Engineering Services – Military and Aerospace Equipment and Military Weapons), Size Standard: $41.5 million
- Set-Aside: None specified; market research will inform future set-aside decisions.
- Response Due: February 18, 2026, 12:00 p.m. PST
- Published: January 29, 2026
Submission Requirements
Interested firms should submit a capability statement (no more than 10 pages, single spaced, 12pt font minimum) demonstrating experience, assets, background, and ability to perform the services outlined in the attached Draft Statement of Work (SOW). Key information to include:
- Company details (name, address, size, POC, DUNS, business status including specific small business categories).
- Prior/current corporate experience (last 3 years, contract details, Gov POC).
- Resources, management approach, and ability to staff with qualified personnel.
- Confirmation of Secret clearances for 100% of personnel and a DCAA approved accounting system.
- Ability to provide staff at NAWCWD China Lake, CA, and employees in appropriate labor categories (e.g., Program Manager, Logisticians, Engineers). Statements must be emailed to madelene.j.perez.civ@us.navy.mil.
Additional Notes
This is a Sources Sought for planning purposes only and does not constitute a solicitation or obligate the Government to award a contract. Responses will be used to develop the acquisition strategy. All responsible sources must be registered in SAM.gov and contractors requiring access to Controlled Unclassified Information (CUI) must be certified through DLIS Joint Certification Program.