Small Unmanned Aircraft Systems (SUAS) Marketplace
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), Marine Corps Base (MCB) Camp Lejeune Contracting Department, is conducting market research through a Sources Sought Notice for a Small Unmanned Aircraft Systems (SUAS) Marketplace. The objective is to identify qualified contractors capable of providing a secure and efficient procurement vehicle to consolidate the ordering of SUAS parts for II Marine Expeditionary Force (MEF) and other supported commands within MCIEAST. This initiative aims to enhance visibility, improve supply chain security, and ensure greater accountability for SUAS sustainment, addressing fragmented procurement and NDAA compliance.
Scope of Work
The selected contractor will be required to:
- Provide and operate a commercially available, off-the-shelf (COTS) secure, web-based marketplace for the sale and delivery of SUAS parts.
- Act as a documentation agent, collecting evidence and preparing compliance packages for Government validation of National Defense Authorization Act (NDAA) compliance.
- Upload completed compliance packages to the Government's SRA Portal for review by the designated validation authority (PMA-263).
- Manage part returns and replacements, issuing Return Merchandise Authorizations (RMAs) and pre-paid shipping labels within one business day of initiation.
Contract & Timeline
- Type: Sources Sought (Market Research Only)
- Set-Aside: None specified
- Response Due: February 16, 2026, 1:00 PM EST
- Published: February 6, 2026
- Place of Performance: Camp Lejeune, NC, United States (implies support for II MEF and MCIEAST commands)
Performance Standards / Metrics
- NDAA Compliance Evidence Package Preparation: Firm-Fixed-Price (FFP) service with estimated vetting actions (100 Base, 50 Option Year 1, 50 Option Year 2).
- Part Procurement: Time & Materials (T&M) with a Not-to-Exceed (NTE) ceiling of $200,000 per year (Base, Option Year 1, Option Year 2). No minimum purchase requirement.
- Marketplace Platform: Must adhere to commercial security standards (TLS 1.2+, MFA, SOC 2/ISO 27001).
- Reporting: Monthly Performance & Compliance Report, Quarterly Part Quality Report.
- Quality Assurance: 100% timely submission of evidence packages, >=95% timely delivery, >=99.5% order accuracy, >=99.8% marketplace uptime.
Special Requirements
- Contractor must provide and operate a COTS marketplace.
- Contractor personnel must obtain DoD-approved External Certification Authority (ECA) certificates for accessing the Government's SRA Portal.
- Marketplace must clearly indicate NDAA compliance status for all listed parts.
- Contractor must propose a single, fixed surcharge percentage for part procurement.
- Final part prices must be Fair and Reasonable (F&R) and not exceed the price on the Contractor's public website.
Additional Notes
This is a Sources Sought Notice for information and planning purposes only. It does not constitute a Request for Quotation (RFQ) or a promise to issue one. The U.S. Government is not seeking quotes or proposals at this time and will not accept unsolicited quotes. The Government will not pay for any information or administrative costs incurred in response to this notice. Not responding does not preclude participation in any future RFQ.