Point Mugu Range Air Transportation Services (PMRATS)
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 United States Transportation Command (USTRANSCOM) is soliciting proposals for Point Mugu Range Air Transportation Services (PMRATS). This opportunity requires comprehensive fixed-wing and rotary-wing air transportation, drone recovery, and range test support services in and around Point Mugu, CA. This acquisition is a Total Small Business Set-Aside. Proposals are due May 26, 2026, at 4:30 PM CST.
Scope of Work
The contractor will provide all personnel, facilities, equipment, supplies, materials, and services for:
- Fixed-wing and rotary-wing air transportation of passengers, personal baggage, and/or cargo. Fixed-wing services are required within a 200 nautical mile radius of Point Mugu, CA. Rotary-wing services cover Ventura County airports, San Nicolas Island, and Santa Cruz Island, or within a 1.5 flight hour duration of Point Mugu.
- Rotary-wing drone recovery services on the NAWCWD Point Mugu Sea Test Range and other ranges.
- Range test support and radar surveillance and clearance services, including marine vessel surveillance, marine mammal monitoring, and carriage of electronic test equipment. The contractor must be based locally, within one hour flight time of Naval Air Warfare Center, Weapons Division (NAWCWD), Point Mugu, CA.
Contract & Timeline
- Contract Type: Single Firm-Fixed Price (FFP) with Time & Material (T&M) elements.
- Duration: A base period from October 1, 2026, through September 30, 2027, followed by four one-year option periods, extending through September 30, 2031.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 481211 – Nonscheduled Charter Passenger Air Transportation.
- Solicitation Release: April 23, 2026.
- Preproposal Conference: A preproposal conference is scheduled for April 30, 2026, at 10:00 AM CST via Microsoft Teams.
- Proposals Due: May 26, 2026, at 4:30 PM CST.
Eligibility & Key Requirements
Offerors must be certified U.S. or Foreign Flagged air carriers with a valid FAA or foreign CAA Operations Specification (OpSpec) and hold Commercial Aircraft Review Board (CARB) approval. A critical requirement is a current and valid Cybersecurity Maturity Model Certification (CMMC) at Level 2 (Self). Personnel must have appropriate security clearances (at least a favorable Tier 1 investigation for unclassified systems access) and comply with DFARS 252.204-7012 and USTRANSCOM Instruction 31-02 for cybersecurity. Proposed aircraft must meet specific PWS requirements, including UHF radio capabilities, radar systems, and for rotary-wing, shipboard landing capabilities.
Submission & Evaluation
Proposals must be submitted electronically via email in four volumes: Business Compliance, Technical Proposal, Past Performance Information, and Price. Evaluation will be based on Business Compliance (Acceptable/Unacceptable), Technical Capability (Acceptable/Unacceptable), Past Performance (more important than Price), and Price. The Government reserves the right to award without negotiations.
Attachments
Key attachments include the Performance Work Statement (PWS), Pricing Table, Aircraft Identification Sheet, Business Compliance Checklist, Technical Proposal Worksheet, Past Performance Worksheet, Past Performance Questionnaire (PPQ), Entity Information & Eligibility Sheet, DD Form 254, Government Furnished Property Listing, and Wage Determination.