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, specifically the Marine Corps Installations East (MCI-EAST), is soliciting proposals for a Small Unmanned Aircraft Systems (SUAS) Marketplace. This Total Small Business Set-Aside opportunity seeks a secure, web-based platform to facilitate the procurement of Group 1 SUAS parts for the II Marine Expeditionary Force (MEF) and other supported commands at Camp Lejeune, NC. The primary objective is to enhance supply chain visibility, security, and accountability, with a strong emphasis on National Defense Authorization Act (NDAA) compliance. Quotes are due April 15, 2026.
Scope of Work
The contractor will establish and operate a commercially available, off-the-shelf (COTS), secure, web-based marketplace. Key responsibilities include:
- Serving as a documentation agent to collect evidence and prepare compliance packages for Government review regarding NDAA compliance (the contractor will not certify compliance).
- Facilitating the procurement of formally certified NDAA-compliant SUAS parts.
- Managing part returns and replacements, including issuing Return Merchandise Authorizations (RMAs) and pre-paid shipping labels.
Key Requirements & Performance
The marketplace must be COTS, secure, web-based, and include an "NDAA Compliance Indicator." It must adhere to commercial security standards (TLS 1.2+, MFA, SOC 2/ISO 27001). Performance standards include 100% timely submission of NDAA evidence packages, ≥95% timely delivery, ≥99.5% order accuracy, and ≥99.8% marketplace uptime. The contractor must also acquire and maintain DoD-approved External Certification Authority (ECA) certificates for personnel uploading documentation.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation
- Set-Aside: Total Small Business (NAICS 425120, size standard 250 employees)
- Contract Type: Single award. NDAA Evidence Service is Firm-Fixed-Price (FFP) per vetting action with a guaranteed minimum. Part Procurement is Time & Materials (T&M) with a Not-to-Exceed (NTE) ceiling of $999,999 for the total contract value.
- CLINs: Includes NDAA Compliance Evidence Package Preparation Service (CLINs 0001, 1001, 2001) and SUAS Parts - Materials (CLIN 0002).
- Options: The solicitation includes options for service CLINs (Option Year 1 and Option Year 2).
- Place of Performance: Camp Lejeune, NC. FOB Destination pricing is preferred.
Submission & Evaluation
- Questions Due: April 10, 2026, via email only.
- Quote Submission Deadline: April 15, 2026, by 3:00 PM ET.
- Submission Method: Email to lucas.a.beltran.mil@usmc.mil.
- Required Submissions: Technical submission demonstrating understanding of PWS requirements and a price submission for all CLINs. Offerors must provide open market pricing, and pricing for the Sample Market Basket must match publicly accessible webpage/catalog pricing.
- Evaluation Factors:
- Technical Approach (Significantly more important than price)
- Total Evaluated Price (TEP)
- 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.
Contacts
- Primary: Jose A. Gil (jose.a.gil@usmc.mil, 910-451-51582)
- Submission: Lucas A. Beltran (lucas.a.beltran.mil@usmc.mil)