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 Department of the Navy, Marine Corps is soliciting proposals for a Small Unmanned Aircraft Systems (SUAS) Marketplace to support the II Marine Expeditionary Force (MEF) and other commands within Marine Corps Installations East (MCI-EAST) at Camp Lejeune, NC. This Combined Synopsis/Solicitation seeks a secure, web-based platform for procuring Group 1 SUAS parts and facilitating National Defense Authorization Act (NDAA) compliance. This is a Total Small Business Set-Aside. Quotes are due April 15, 2026.
Scope of Work
The selected contractor will provide and operate a commercially available, off-the-shelf (COTS), secure, web-based marketplace for SUAS parts. Key responsibilities include:
- Serving as a documentation agent to prepare NDAA compliance packages for Government review (contractor does not certify compliance).
- Facilitating the procurement of Government-certified NDAA-compliant parts.
- Managing part returns and replacements, including issuing Return Merchandise Authorizations (RMAs).
- The marketplace must feature an "NDAA Compliance Indicator" and adhere to commercial security standards (TLS 1.2+, MFA, SOC 2/ISO 27001).
- Personnel involved in uploading documentation to the Government's SRA Portal must acquire and maintain DoD-approved External Certification Authority (ECA) certificates.
Contract Details
- Type: Combined Synopsis/Solicitation, single contract award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 425120 (250 employees size standard).
- Place of Performance: Camp Lejeune, NC.
- Pricing Structure: Firm-Fixed-Price (FFP) for NDAA Evidence Service (per vetting action with guaranteed minimum quantity) and Time & Materials (T&M) for Part Procurement (with a Not-to-Exceed ceiling of $999,999 for the total contract value).
- Options: Includes Option Year 1 and Option Year 2 for service CLINs.
- FOB: Destination pricing preferred for MCB Camp Lejeune, NC.
Performance Standards & Reporting
- Timely Submission of Evidence Packages: 100% within 30 calendar days.
- Timely Delivery: ≥ 95% of orders shipped within standard commercial practice.
- Order Accuracy: ≥ 99.5% of orders delivered correctly.
- Marketplace Availability: ≥ 99.8% uptime.
- Reporting: Monthly Performance & Compliance Report and Quarterly Part Quality Report.
Submission & Evaluation
- Questions Due: April 10, 2026, via email.
- Quotes Due: April 15, 2026, by 3:00 PM EST, via email to lucas.a.beltran.mil@usmc.mil.
- Evaluation Factors:
- Technical Approach: Significantly more important than price. Must demonstrate understanding of PWS requirements.
- Total Evaluated Price (TEP): Includes pricing for base and option periods for services, and a Sample Market Basket of parts. Sample Market Basket pricing must match publicly accessible webpage/catalog pricing.
- Eligibility: Quoters must be registered in SAM.gov and provide Unique Entity ID, CAGE Code, and Federal Tax ID Number. Quotes must be valid for 90 days. The Government reserves the right to award based on initial quotes.
Contact Information
- Primary: Jose A. Gil, jose.a.gil@usmc.mil, 910-451-51582
- Secondary (for submissions/questions): Lucas A. Beltran, lucas.a.beltran.mil@usmc.mil