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) has released a Combined Synopsis/Solicitation (HTC71126RE137) for Point Mugu Range Air Transportation Services (PMRATS). This opportunity seeks comprehensive fixed-wing and rotary-wing air transportation, drone recovery, and range test support services in and around Point Mugu, CA, and its Sea Range. This 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 necessary personnel, facilities, equipment, supplies, materials, and services for:
- Fixed-wing and rotary-wing air transportation of passengers with personal baggage and/or cargo.
- Rotary-wing drone recovery services on the NAWCWD Point Mugu Sea Test Range and other ranges.
- Range test support, including radar surveillance and clearance of marine vessels, marine mammal monitoring, and carriage of electronic test equipment.
Services require a local presence (within one hour flight time of NAWCWD, Point Mugu, CA). Fixed-wing operations cover Southern California within a 200 nautical mile radius of Point Mugu, while rotary-wing operations are required between Ventura County airports, San Nicolas Island, and Santa Cruz Island, or within a 1.5 flight hour duration of Point Mugu.
Contract Details
- Contract Type: Single Firm-Fixed Price (FFP) with Time & Material (T&M) elements.
- Period of Performance: A base period from October 1, 2026, to September 30, 2027, followed by four one-year option periods, extending through September 30, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 481211 – Nonscheduled Charter Passenger Air Transportation.
- PSC: V221 – Passenger Air Charter Service.
- Acquisition Method: FAR Part 15, Contracting by Negotiations, non-commercial service.
Submission & Evaluation
Proposals must be submitted electronically via email by May 26, 2026, at 4:30 PM CST. Submissions require four volumes: Business Compliance, Technical Proposal, Past Performance Information, and Price.
- Evaluation Factors: Business Compliance and Technical Capability (both Acceptable/Unacceptable, pass/fail), Past Performance, and Price.
- Key Evaluation Note: Past Performance is considered more important than Price.
- The Government reserves the right to award without negotiations.
Eligibility & Special Requirements
Offerors must be certified U.S. or Foreign Flagged air carriers with a valid FAA or foreign CAA Operations Specification (OpSpec) and possess Commercial Aircraft Review Board (CARB) approval. A current and valid Cybersecurity Maturity Model Certification (CMMC) at Level 2 (Self) is also required. Some drone recovery missions may require SECRET clearance for crew. Compliance with specific wage determinations (DOL No. 2015-5625) for Ventura County, CA, is mandatory.
Key Dates & Contacts
- Proposal Due Date: May 26, 2026, 4:30 PM CST.
- Pre-proposal Conference: Tentatively scheduled for April 30, 2026, 11:30 AM CST via Microsoft Teams. Agenda and dial-in information to be uploaded soon.
- Points of Contact:
- Marjorie SaurelCook, Contract Specialist, marjorie.saurelcook.civ@mail.mil
- Sonya Barker, Contracting Officer, sonya.m.barker4.civ@mail.mil