MQ-9A Unmanned Air System (UAS) Engineering Logistics Support (ELS) Optix Sustainment

SOL #: N00019-26-RFPREQ-WPM266-0121Pre-SolicitationSole Source

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

Poway, CA

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
Feb 2, 2026
2
Response Deadline
Feb 17, 2026, 1:00 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 Naval Air Systems Command (NAVAIR) intends to issue a sole-source contract modification to General Atomics – Aeronautical Systems, Inc. (GA-ASI) for Common Intelligence Picture (CIP) Optix software sustainment for the USMC MQ-9A Unmanned Aircraft System (UAS). This notice is for informational purposes, and responses from interested parties are due by February 17, 2026.

Scope of Work

This action covers the sustainment of CIP Optix software, which is integrated into the Electronic Warfare (EW) Pod of the MQ-9A UAS. Key sustainment activities include:

  • Maintaining a quarterly CIP software release schedule.
  • Tracking and reporting CIP software defects.
  • Performing software maintenance, including reviewing, revising, and publishing updates.
  • Providing four annual CIP software releases, with operational patches addressed via interim releases.
  • Offering onsite engineering support for integration, testing, and deployment of updates.
  • Providing CIP software reachback support.

Contract & Timeline

  • Type: Sole-source modification to Order N0001925F0024 under existing Basic Ordering Agreement (BOA) N0001922G0006.
  • Justification: 10 U.S.C. 3204(a)(1) and FAR 6.302-1, citing GA-ASI as the sole designer, developer, manufacturer, and integrator with the necessary knowledge and data.
  • Period of Performance: Estimated three-month base Contract Line Item Number (CLIN) and a 12-month option CLIN.
  • Award Expectation: 3rd Quarter Fiscal Year (FY) 2026.
  • Response Due: February 17, 2026, 1:00 PM EST.
  • Published: February 2, 2026.

Set-Aside

This is a Notice of Intent to Sole Source; therefore, no set-aside designation applies.

Additional Notes

This notice is not a request for competitive proposals. However, interested parties may identify their interest and capability by responding in writing via email to Sharina Miller (sharina.n.miller.civ@us.navy.mil) by the closing date. The Government will consider all information received solely to determine if a competitive procurement is feasible. A decision not to compete is at the Government's discretion. Companies interested in subcontracting opportunities should contact GA-ASI directly at GA-ASISmall-Business@ga-asi.com.

People

Points of Contact

Kristina JohnsonSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Feb 2, 2026
MQ-9A Unmanned Air System (UAS) Engineering Logistics Support (ELS) Optix Sustainment | GovScope