National Aircraft Services - FY26
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 U.S. Marshals Service (USMS), Department of Justice (DOJ), is soliciting proposals for National Aircraft Services under Solicitation NO. 15M50026QA4400001. This Total Small Business Set-Aside is for a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide national and international relocation, storage, maintenance, assessment, consultation, and disposal services for aircraft and related ancillary assets seized and forfeited under the DOJ Asset Forfeiture Program. Proposals are due February 9, 2026, by 9:00 a.m. EST.
Scope of Work
The contractor will manage a full range of services for various aircraft types (small fixed-wing, rotorcraft, airliners, corporate jets, drones, helicopters) and related assets (avionics, hangars). Services include project oversight, travel, logistics, maintenance, valuation, storage, inspection, sales, and destruction. The primary service area covers the United States, Virgin Islands, and Puerto Rico, with potential requirements in Guam, Northern Mariana Islands, and internationally on a case-by-case basis. All services must comply with industry, manufacturer, FAA, and government standards.
Contract Details
- Contract Type: Single Award Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Estimated Value: $40,000,000
- 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 (ending 04/23/2032) under FAR 52.217-8.
- Contract Maximum: 300% of the estimated value for the Base Period and all Option Periods, applied cumulatively.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 488119 (Other Airport Operations) with a $40M size standard
- Product Service Code: V301 (Relocation Services)
Submission & Evaluation
This acquisition uses a two-phase evaluation process:
- Phase 1 (Firm Down Select): Focuses on Technical Capability and may include a Site Visit. Requires a written proposal (25-page limit) covering Facility/Operations/Staffing, Contract Transition/Relocation, Initial Intake/Storage/Maintenance, Physical Security Plan, and Disposal.
- Phase 2: Only a maximum of three offerors from Phase 1 will proceed. Evaluation includes Past Performance, Cost/Price, and Quality Control Plan (10-page limit).
- Evaluation Factors: Technical Capability and Past Performance, when combined, are significantly more important than Cost or Price. The government intends to award without discussions, except for clarifications.
- Required Attachments: Offerors must complete the Past Performance Data Worksheet (Attachment 7) for up to three relevant contracts and the Offeror's Information Page (Attachment 5).
Key Clarifications
- Subcontracting: Small businesses may subcontract to technically qualified aviation firms, but the prime contractor must perform at least 50% of the contract cost for personnel (FAR 52.219-14).
- Travel Approval: Both the Contracting Officer (CO) and the Contracting Officer's Representative (COR) may approve travel.
- Pricing: Pricing schedules must be based on the latest, geographically applicable Department of Labor wage determinations.
Important Notes
Offerors must be registered in the System for Award Management (SAM) database (www.sam.gov) to receive an award. All questions regarding this solicitation were due by January 26, 2026, and no further questions will be answered.