Synopsis and Draft PWS for F/A-18E/F Contractor Logistics Support (CLS) services

SOL #: N68520-25-RFPREQ-F300000-0021-DRAFTPWSPre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
FLEET READINESS CENTER
PATUXENT RIVER, MD, 20670, United States

Place of Performance

New Orleans, LA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft And Airframe Structural Components (J015)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 21, 2026
2
Last Updated
Apr 6, 2026
3
Response Deadline
Feb 10, 2026, 5:00 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 Naval Air Systems Command (NAVAIR) Commander, Fleet Readiness Center (COMFRC) has issued a Presolicitation Notice for Contractor Logistics Support (CLS) services for F/A-18E/F Adversary aircraft. This requirement is for aircraft primarily located at Naval Air Station (NAS) New Orleans, LA, with additional operational locations including NAS Key West, FL, NAS Point Mugu, CA, NAS Oceana, VA, and NAS Lemoore, CA. The purpose is to provide O, limited I, and limited D level aircraft maintenance, management, and logistics support. The Government has posted responses to previously received questions and is not currently accepting additional questions for this notice. A Draft Solicitation is expected prior to the formal Request for Proposal (RFP) release.

Scope of Work

This new requirement supports Fleet Replacement Squadrons, Strike Fighter Advanced Readiness Program, Carrier Air Wing Training, and Strike Fighter Weapons and Tactics Program. Contractors will provide and maintain organizational (O), limited intermediate (I), and limited Depot (D) level aircraft maintenance, management, and logistics support services for the Commander, Naval Air Forces Reserve (CNAFR) F/A-18E/F assets.

Key Clarifications (from QA Responses)

  • Manpower: Contractors must develop proprietary FTE manpower requirements for all skill sets.
  • Aircraft Inventory: Manning levels must adjust for fluctuations, with 6-12 aircraft anticipated per site.
  • GFE/Tools: A list of Government Furnished Equipment (GFE) and tools will be identified at the IDIQ level; material requirements at the Task Order level.
  • Flight Operations: Contractors are responsible for staffing and shift determination. Additional support requires 48-hour notice.
  • Detachment Sites: Operations are typically not 24-hour, mostly up to 16 hours.
  • Facilities: Requirement for contractor storage facilities removed from PWS section 3.3.2.
  • IMRL Inventory: Contractors will complete annual wall-to-wall IMRL inventory.
  • Ground Transportation: Required at NAS New Orleans and NAS Key West.
  • Ordnance Handling: PWS section 3.5.2.21 updated to specify ordnance types.
  • Weight and Balance: Contractors are responsible for the entire program and will act as the Weight and Balance Officer.
  • Flight Hours: Projected 3600 scheduled flight hours per squadron, with an average sortie length of 1.5 hours and 7 sorties per fly day.
  • Personnel Qualifications: A Minimum Personnel Qualifications attachment will be provided with the draft RFP.

Contract & Timeline

  • Type: Presolicitation (for competitive CLS services)
  • Set-Aside: None specified.
  • PSC: J015 - Maintenance, Repair And Rebuilding Of Equipment: Aircraft And Airframe Structural Components
  • NAICS: 488190 - Other Support Activities for Air Transportation
  • Notional RFP Release: Fall/Winter 2026
  • Notional Contract Award: Spring/Summer 2027
  • Current Status: Government responses to questions posted April 6, 2026. No further questions are being accepted for this notice.

Submission Information

Interested businesses can request access to the Draft PWS via SAM.gov. Immediately after, submit a DD2345 JCP certification to Elden Greuber (elden.j.greuber.civ@us.navy.mil) and Meghan Huett (meghan.e.huett.civ@us.navy.mil). Future solicitations will be released on the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and SAM.gov at https://www.SAM.gov. Offerors are responsible for monitoring these websites.

People

Points of Contact

Meghan HuettSECONDARY

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Pre-Solicitation
Posted: Apr 6, 2026
Version 1
Pre-Solicitation
Posted: Jan 21, 2026
View
Synopsis and Draft PWS for F/A-18E/F Contractor Logistics Support (CLS) services | GovScope