Small Unmanned Aircraft Systems (SUAS) Marketplace

SOL #: M67001-26-Q0033Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
COMMANDING GENERAL
CAMP LEJEUNE, NC, 28542-0004, United States

Place of Performance

Camp Lejeune, NC

NAICS

Wholesale Trade Agents and Brokers (425120)

PSC

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 31, 2026
2
Last Updated
Apr 14, 2026
3
Submission Deadline
Apr 28, 2026, 3:59 AM

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, specifically the COMMANDING GENERAL for II Marine Expeditionary Force (MEF) and Marine Corps Installations East (MCI-EAST), is soliciting proposals for a Small Unmanned Aircraft Systems (SUAS) Marketplace. This requirement seeks a commercial online marketplace for Group 1 SUAS Class IX repair parts, focusing on NDAA vetting and a full supply chain fulfillment solution. The procurement is a Total Small Business Set-Aside. Proposals are due April 28th, 2026.

Purpose & Scope

The objective is to establish a secure, web-based marketplace to resolve fragmented procurement, improve supply chain visibility, ensure NDAA compliance, and enhance accountability for SUAS sustainment at Camp Lejeune, NC. The contractor will provide and operate a commercially available, off-the-shelf (COTS) marketplace and serve as a documentation agent, collecting evidence and preparing compliance packages for Government NDAA validation. The contractor will NOT certify NDAA compliance; final validation rests with the Government. The scope includes sourcing, counterfeit prevention, and final delivery of parts.

Contract Details

This is a Combined Synopsis/Solicitation for commercial services. The contract will be awarded to the responsible quoter representing the best value to the Government and includes options for two additional years.

  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1680 - Miscellaneous Aircraft Accessories And Components
  • Key CLINs:
    • NDAA Compliance Evidence Package Preparation Service (CLINs 0001, 1001, 2001): Firm-Fixed-Price (FFP) per unique part number (SKU) upon submission of a complete compliance package to PMA-263. A minimum guaranteed quantity of 10 services is required over the contract life.
    • SUAS Parts - Materials (CLIN 0002): Time & Materials (T&M) with a Not-to-Exceed (NTE) ceiling per Delivery Order. No minimum purchase requirement for parts. Prices must be publicly available and determined Fair & Reasonable.

Submission & Evaluation

  • Submission Deadline: April 28th, 2026, via email to lucas.a.beltran.mil@usmc.mil.
  • Questions Deadline: April 10th, 2026 (passed).
  • Evaluation Factors:
    1. Technical Approach: Significantly more important than price.
    2. Total Evaluated Price (TEP): Includes pricing for services (base and all option periods for FFP CLINs) and parts (based on Sample Market Basket pricing, which must match publicly accessible webpage/catalog pricing).
  • Quotes must contain all requested line items to be considered responsive and should be valid for 90 days. Quoters must be registered in SAM.gov and provide UEI, CAGE Code, and Federal Tax ID Number.

Key Requirements

The marketplace must provide standard e-commerce functionalities, clearly indicate NDAA compliance status, and adhere to commercial security standards (TLS 1.2+, MFA, SOC 2/ISO 27001). Contractor personnel accessing the Government's SRA Portal must possess DoD-approved External Certification Authority (ECA) certificates. The contractor is responsible for preparing "Attestation of Compliance" documents and gathering required evidence for PMA-263 guidance. Performance standards include 100% timely submission of evidence packages, >=95% timely delivery, >=99.5% order accuracy, >=99.8% marketplace availability, and 100% timely reporting. Invoicing for FFP CLINs is separate from the monthly consolidated T&M invoice via WAWF.

Contact Information

For inquiries, contact Jose A. Gil at jose.a.gil@usmc.mil or 910-451-51582, or Lucas A. Beltran at lucas.a.beltran.mil@usmc.mil.

People

Points of Contact

Lucas A. BeltranSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Apr 10, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
View
Small Unmanned Aircraft Systems (SUAS) Marketplace | GovScope