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) anticipates issuing a solicitation for Point Mugu Range Air Transportation Services (PMRATS). This effort requires fixed-wing and rotary-wing air transportation, drone recovery, and range test support in and around Point Mugu, CA. This is a Total Small Business Set-Aside. Proposals are due May 18, 2026.
Scope of Work
The contractor will provide all personnel, facilities, equipment, supplies, materials, and services for:
- Fixed-wing and rotary-wing air transportation: Passengers with baggage and/or cargo.
- Rotary-wing drone recovery services.
- Range test support and radar surveillance and clearance services.
- Operating Areas:
- Local Base: Contractor must be based locally (within one hour flight time of Naval Air Warfare Center, Weapons Division (NAWCWD), Point Mugu, CA).
- Fixed-wing: Southern CA area, within a 200 nautical mile radius of Point Mugu, CA.
- Rotary-wing: Between Ventura County airports (Naval Base Ventura County, Point Mugu, CA and Oxnard Airport, Oxnard, CA), San Nicolas Island, CA, and Santa Cruz Island, CA, or within 1.5 flight hours of Point Mugu.
- Drone Recovery: NAWCWD Point Mugu Sea Test Range and other ranges.
- Range Test Support: Includes surveillance/clearance of marine vessels, marine mammal monitoring, and carriage of electronic test equipment.
Contract & Timeline
- Type: Single Firm-Fixed Price (FFP) with Time & Material (T&M) elements.
- Acquisition Method: FAR Part 15, Contracting by Negotiations (non-commercial service).
- Set-Aside: Total Small Business Set-Aside.
- Period of Performance: Base period from October 1, 2026, to September 30, 2027, followed by four one-year option periods, extending through September 30, 2031. Includes FAR clause 52.217-8.
- RFP Availability: On SAM.gov on or about April 17, 2026.
- Proposal Due: May 18, 2026.
- Published: April 9, 2026.
Evaluation
Award will be made to the responsible offeror whose proposal is determined to be the most advantageous to the Government, considering price and other evaluation factors outlined in the Request for Proposal (RFP). Noncompliance with solicitation requirements may lead to proposal elimination.
Points of Contact
- Contract Specialist: Marjorie SaurelCook (marjorie.saurelcook.civ@mail.mil)
- Contracting Officer: Sonya Barker (sonya.m.barker4.civ@mail.mil)