Synopsis and Draft PWS for F/A-18E/F Contractor Logistics Support (CLS) services
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 Naval Air Systems Command (NAVAIR) Commander, Fleet Readiness Center (COMFRC) has issued a presolicitation notice for Contractor Logistics Support (CLS) services for Commander, Naval Air Forces Reserve (CNAFR) F/A-18E/F aircraft used in an Adversary role. This is a new requirement aimed at gathering industry feedback on a draft Performance Work Statement (PWS) to improve the final Request for Proposal (RFP). Questions are due by February 10, 2026.
Opportunity Details
This requirement seeks contractor support for F/A-18E/F adversary aircraft planned to be primarily located at Naval Air Station (NAS) New Orleans, LA. Additional operational and detachment sites may include NAS Key West, FL; NAS Point Mugu, CA; NAS Oceana, VA; and/or NAS Lemoore, CA. The services encompass organizational (O), limited intermediate (I), and limited Depot (D) level aircraft maintenance, management, and logistics support. This support is crucial for Fleet Replacement Squadrons, Strike Fighter Advanced Readiness Program, Carrier Air Wing Training, and Strike Fighter Weapons and Tactics Program, among other fleet training requirements.
Key Information
- Product Service Code (PSC): J015 – Maintenance, Repair and Rebuilding of Equipment: Aircraft and Airframe Structural Components
- NAICS Code: 488190 – Other Support Activities for Air Transportation
- Set-Aside: None specified (Presolicitation)
- Current Incumbent: None Applicable – New Requirement
- Notional Schedule: RFP Release: Fall/Winter 2026; Contract Award: Spring/Summer 2027
Action Items & Submission
Interested businesses must request access to the draft PWS via SAM.gov. Immediately before or after this request, 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). All questions regarding the draft PWS must be submitted using Attachment 2 – Question Submittal Form to the same contacts by 12:00 PM Eastern Time (ET) on February 10, 2026. This presolicitation is for informational purposes only and does not constitute an RFP or a commitment to award a contract.