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 20, 2026, 3:00 PM

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, is seeking a Small Unmanned Aircraft Systems (SUAS) Marketplace to provide Group 1 SUAS Class IX repair parts with NDAA vetting for commands within Marine Corps Installations East (MCI-EAST), including II Marine Expeditionary Force (MEF), located at Camp Lejeune, NC. This is a Total Small Business Set-Aside. Quotes are due by April 20, 2026.

Purpose & Scope

This combined synopsis/solicitation aims to establish a secure and efficient commercial online marketplace for the procurement of SUAS parts. The primary objective is to enhance supply chain visibility, security, and accountability, while ensuring compliance with the National Defense Authorization Act (NDAA). The selected contractor will:

  • Provide and operate a commercially available, off-the-shelf (COTS), secure, web-based marketplace.
  • Act as a documentation agent, preparing NDAA compliance packages for Government review (the contractor will not certify compliance).
  • Facilitate the procurement of parts formally certified as NDAA-compliant by the Government.
  • Manage part returns and replacements. The "Sample Market Basket" document provides insight into the specific drone production components, ground control systems, and manufacturing equipment that may be procured, many of which require NDAA compliance.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation
  • Set-Aside: Total Small Business (NAICS 425120, 250 employees)
  • Award Type: Single contract to the responsible quoter representing the best value.
  • Pricing Structure:
    • NDAA Evidence Service: Firm-Fixed-Price (FFP) per vetting action, with a legally required minimum guaranteed quantity.
    • Part Procurement: Time & Materials (T&M) with a Not-to-Exceed (NTE) ceiling per task order and a total contract value NTE of $999,999.
  • Contract Term: Includes a base period and two option years for service CLINs.
  • FOB: Destination pricing preferred for MCB Camp Lejeune, NC.
  • Quote Validity: 90 days.

Submission & Evaluation

  • Quotes Due: April 20, 2026, 3:00 PM UTC.
  • Questions Due: April 10, 2026.
  • Submission Method: Via email to lucas.a.beltran.mil@usmc.mil.
  • Required Submissions: Technical submission demonstrating understanding of PWS, and a price submission for all CLINs (including open market pricing for line items).
  • Evaluation Factors:
    1. Technical Approach: Significantly more important than price.
    2. Total Evaluated Price (TEP): Includes pricing for base and option periods for services and a Sample Market Basket of parts. Pricing for the Sample Market Basket must match publicly accessible webpage/catalog pricing.
  • The Government reserves the right to award based on initial quotes.
  • Eligibility: Quoters must be registered in SAM.gov and provide UEI, CAGE Code, and Federal Tax ID Number.

Special Requirements

The marketplace platform must be COTS, secure, web-based, with standard e-commerce functionalities and an "NDAA Compliance Indicator." It must adhere to commercial security standards (e.g., TLS 1.2+, MFA, SOC 2/ISO 27001). The contractor must acquire and maintain DoD-approved External Certification Authority (ECA) certificates for personnel uploading documentation. Required reports include Monthly Performance & Compliance and Quarterly Part Quality Reports. Performance standards include high metrics for timely evidence submission, delivery, order accuracy, and marketplace availability.

People

Points of Contact

Lucas A. BeltranSECONDARY

Files

Files

Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Apr 10, 2026
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