Parachute Training Support Services
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 Marine Corps Installations East (MCIEAST) Regional Contracting Office is conducting market research via a Request for Information (RFI)/Sources Sought for Parachute Training Support Services for the 2D Reconnaissance Battalion at MCB Camp Lejeune, NC, and within a 300-mile radius. This RFI aims to identify qualified vendors for a potential Firm-Fixed Price contract to provide comprehensive parachute training aircraft and facility support. Responses are due March 02, 2026.
Scope of Work
The requirement is for non-personal support services including:
- Aircraft Chartering: Provision of FAA-approved, DoD-certified commercial aircraft (e.g., CASA 212 or comparable) with pilots for various parachute training operations (Low-Level Static Level, High Altitude High Opening, High Altitude Low Opening, Tandem Offset Resupply Delivery System, cargo delivery). Aircraft must support rear ramp exit, be configured for day/night operations, and be on the Air Mobility Command (AMC) Paratroop Commercial Operator Listing. Approximately 40 hours of blade time are required.
- Aircraft Support: Positioning, dispositioning, and offsite coordination, including pilot services and aircrew familiar with para drop tactics.
- Parachute Maintenance & Facilities: Provision of an indoor, climate-controlled parachute packing facility (min. 10,000 sq ft) with direct aircraft access, adequate ventilation, shake-out space, double-locked storage, and a basic repair facility with a sewing machine.
- Wind Tunnel: Provision of an onsite wind tunnel.
- Ancillary Facilities: Climate-controlled classroom space for 35 students, oxygen transfer/storage facilities (min. 8 K-Size bottles), kitchenette, wireless internet, computers, printers, and office space for Jumpmaster/Team Leader planning.
- Logistical Support: Jumper recovery support.
- Berthing: Climate-controlled berthing for 48 personnel with full bathrooms, laundry, and showers.
Contract & Timeline
- Type: Request for Information (RFI)/Sources Sought for Market Research (FAR Part 10).
- Intended Contract Type: Firm-Fixed Price.
- Intended Duration: 12-month base period with four (4) additional 12-month option periods.
- NAICS: 481219 – Aircraft charter services ($25.0 million small business size standard).
- Product Service Code: V121 - Air Charter For Things.
- Set-Aside: None specified at this RFI stage; the Government reserves the right to set aside for Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, Woman-Owned Small Business, or Small Disadvantaged Business firms based on responses.
- Response Due: March 02, 2026, at 3:00 PM EST.
- Published: February 20, 2026.
Response Requirements
Interested firms should email responses to Leonard.A.Polous.civ@usmc.mil, including:
- Company name, address, point of contact, phone, and email.
- CAGE code (must be SAM registered).
- Business size under NAICS 481219 and any socio-economic certifications (e.g., 8(a), HUBZone, SDVOSB, WOSB).
- GSA/FSS contract details, if applicable.
- Past government contracts for similar services (agencies, POCs, contract numbers).
- Supporting documents/statements of qualification (not to exceed five pages).
Additional Notes
This RFI is for planning purposes only and does not constitute a commitment to procure services. Proprietary information must be clearly marked. Potential vendors must have an active SAM registration with NAICS 481219 in their profile.