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 Department of the Navy / 2d Reconnaissance Battalion plans to issue a Firm Fixed-Price contract for Parachute Operations Aircraft Services and Support near Camp Lejeune, NC. This presolicitation announces an upcoming requirement for specialized air transportation services. The acquisition will be unrestricted. The solicitation (M6700126Q0046) is expected to be available on Sam.Gov on or about April 1, 2026.
Scope of Work
This opportunity requires Parachute Operations Aircraft Services and Support. Key aspects include:
- Providing aircraft services for parachute operations.
- Adherence to the North American Industrial Classification System (NAICS) code 481219 - Other Nonscheduled Air Transportation.
- Vendors must be listed on the DoD Paratroop Commercial Operator Listing, managed by Air Mobility Command, Commercial Airlift Division, HQ AMC/A3B.
- The full scope will be detailed in the Performance Work Statement (PWS) within the solicitation.
Contract & Timeline
- Type: Firm Fixed-Price contract.
- Set-Aside: Unrestricted.
- Solicitation Number: M6700126Q0046.
- Solicitation Release: On or about April 1, 2026, on Sam.Gov.
- Published: March 16, 2026.
Evaluation
Award will be made using Simplified Acquisition Procedures in accordance with FAR Part 12, based on best value. Evaluation factors include:
- Technical Capability: Demonstrated ability to meet technical requirements.
- Price.
- Past Performance: Evaluated using the Supplier Performance Risk System (SPRS).
Additional Notes
- Contractors must be registered in the System for Award Management (SAM) database (https://www.sam.gov/).
- Contractors must agree to implement the Department of Defense web-based software application Wide Area Workflow Receipt and Acceptance (WAWF-RA) (https://wawf.eb.mil/).
- Interested parties are responsible for continually monitoring Sam.Gov for the solicitation and any amendments.
- Primary Contact: Leonard Polous, leonard.a.polous.civ@usmc.mil, 910-451-1256.