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 is a Total Small Business Set-Aside for a single-award Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The requirement covers national and international relocation, storage, maintenance, assessment, consultation, and disposal services for seized and forfeited aircraft and related assets. Phase 1 proposals are due February 9, 2026, by 9:00 a.m. EST.

Purpose & Scope

The objective is to assist the USMS in managing and disposing of seized aircraft and related ancillary assets, streamlining processes to maximize value and minimize expenses. Services include project oversight, travel, ground transportation, logistics, sourcing supplies, log book review, valuation, title searches, storage, inspection, maintenance, mechanical repairs, inventory, intake, sales procedures, marketing, weather preparedness, financial stewardship, case file creation, database management, accounting, invoicing, customer service, and audit compliance. Assets include various fixed-wing aircraft, rotorcraft, airliners, corporate jets, drones, and helicopters, as well as avionic parts and hangars. The primary service area is the United States, Virgin Islands, and Puerto Rico, with potential requirements in Guam, the Northern Mariana Islands, and internationally on a case-by-case basis. All services must adhere to industry, manufacturer, FAA, and other government standards.

Contract Details

This will be a single-award FFP IDIQ contract. The ordering period is 5 years, with a potential 6-month extension option (FAR 52.217-8). The estimated total contract value is $40,000,000. The period of performance for the base year is October 24, 2026, to October 23, 2027, followed by four 12-month option periods. A minimum guarantee of 10% of the total estimated dollar amount for the Base Period applies, with a contract maximum of 300% of the estimated value for the Base Period and all Option Periods. Pricing schedules must be based on the latest, geographically applicable wage determinations.

Submission & Evaluation

This solicitation uses a two-phase evaluation process. Phase 1 proposals are due February 9, 2026, by 9:00 a.m. EST. Questions must be submitted in writing by January 26, 2026, by 11:00 a.m. EST, to eliana.york@us.doj.gov, christopher.ottie@us.doj.gov, and AFP.PROCUREMENT@usdoj.gov.

  • Phase 1 involves a Firm Down Select, evaluation of Technical Capability, and a potential Site Visit. Offerors must submit a written proposal (25-page limit) covering Facility/Operations/Staffing, Contract Transition/Relocation, Initial Intake/Storage/Maintenance, Physical Security Plan, and Disposal.
  • Phase 2 will invite a maximum of three offerors from Phase 1 to submit details for evaluation of Past Performance, Cost/Price, and a Quality Control Plan (10-page limit). The government will select one offeror whose proposal offers the "best value" using the trade-off method. Technical Capability and Past Performance, when combined, are significantly more important than Cost or Price. The government intends to evaluate proposals and award without discussions, except for clarifications.

Key Requirements

Offerors must demonstrate rapid deployment capability (48 hours CONUS, 10 days OCONUS) for relocation, provide written storage plans with regular inspections, and ensure thorough maintenance/repairs by certified A&P mechanics. Comprehensive physical assessments, research into asset value/ownership, and adherence to disposal procedures are also required. Contractors must maintain sufficient insurance, including Commercial General Liability, Airframe & Machinery, and Protection & Indemnity/Liability, listing USMS as an additional insured. Security screening for employees (No Risk Public Trust) is mandated.

Eligibility & Notes

This opportunity is a Total Small Business Set-Aside under NAICS Code 488119 (Other Airport Operations) with a size standard of $40 million. Offerors must be registered in SAM.gov to receive an award. Organizational Conflict of Interest (OCI) disclosure is required. Contractors and their employees are prohibited from bidding on property offered for sale by the U.S. Government.

People

Points of Contact

Eliana YorkPRIMARY
Christopher OttieSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
View