National Aircraft Services - FY26

SOL #: 15M50026QA4400001Combined Synopsis/Solicitation

Overview

Buyer

Justice
Us Marshals Service
U.S. DEPT OF JUSTICE, USMS
LANDOVER, MD, 20785, United States

Place of Performance

Place of performance not available

NAICS

Other Airport Operations (488119)

PSC

Relocation Services (V301)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Feb 3, 2026
3
Submission Deadline
Feb 9, 2026, 2:00 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 U.S. Marshals Service (USMS), Department of Justice (DOJ), on behalf of the Asset Forfeiture Division (AFD), is soliciting proposals for National Aircraft Services - FY26. This Total Small Business Set-Aside opportunity seeks a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for comprehensive services related to seized and forfeited aircraft and ancillary assets. Phase 1 proposals are due February 9, 2026, by 9:00 a.m. EST.

Scope of Work

The contractor will provide national and international relocation, storage, maintenance, assessment, consultation, and disposal services for various aircraft types (fixed-wing, rotorcraft, airliners, corporate jets, drones, helicopters) and related assets (avionics, hangars). Services include project oversight, travel, ground transportation, logistics, valuation, title searches, inspections, repairs, inventory, marketing, financial stewardship, and audit compliance. The primary service area covers the United States, Virgin Islands, and Puerto Rico, with potential requirements in Guam, Northern Mariana Islands, and internationally. All services must adhere to industry, manufacturer, FAA, and ICAO standards.

Contract Details

  • Contract Type: Single Award Firm Fixed Price (FFP) IDIQ
  • Product Service Code: V301 (Relocation Services)
  • NAICS Code: 488119 (Other Airport Operations) with a $40M size standard
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Period of Performance: A 5-year ordering period, consisting of a 12-month base period (10/24/2026 – 10/23/2027) and four 12-month option periods, plus a potential 6-month extension (FAR 52.217-8).
  • Minimum Guarantee: 10% of the total estimated dollar amount for the Base Period.
  • Contract Maximum: 300% of the estimated value for the Base Period and all Option Periods, applied cumulatively.

Evaluation Factors

Award will be made to the offeror providing the "best value" to the Government using a trade-off method. The evaluation is a two-phase process:

  • Phase 1: Focuses on Technical Capability and a potential Site Visit.
  • Phase 2: Evaluates Past Performance, Cost/Price, and Quality Control Plan. Technical Capability and Past Performance, when combined, are significantly more important than Cost or Price. The Quality Control Plan will be evaluated for compliance only. The government intends to award without discussions, except for clarifications.

Submission Requirements & Key Clarifications

  • Phase 1 Proposal Due: February 9, 2026, by 9:00 a.m. EST.
  • Questions Due: January 26, 2026, by 11:00 a.m. EST. (Note: This date has passed, but it's part of the instructions).
  • Proposal Content: Written proposal (25-page limit) covering Facility/Operations/Staffing, Contract Transition/Relocation, Initial Intake/Storage/Maintenance, Physical Security Plan, and Disposal. A Quality Control Plan (10-page limit) is required for Phase 2.
  • Past Performance: Offerors must complete a Past Performance Data Worksheet (Attachment 7) for up to three relevant contracts within the last three years.
  • Pricing: Offerors must use the updated Pricing Schedule (Attachment 8, Rev. 20260203), proposing fully-burdened, fixed daily rates for relocation CLINs (except travel, fuel, misc.).
  • Subcontracting: Small businesses may subcontract, but the prime must perform at least 50% of the contract cost for personnel.
  • Registration: Offerors must be registered in SAM.gov.
  • Contacts: Eliana York (eliana.york@usdoj.gov), Christopher Ottie (Christopher.Ottie@usdoj.gov), and AFP.PROCUREMENT@usdoj.gov.

People

Points of Contact

Eliana YorkPRIMARY
Christopher OttieSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
National Aircraft Services - FY26 | GovScope