Third Party Logistics 3PL
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 Army, ACC-RSA, is conducting market research through a Sources Sought notice for Third Party Logistics (3PL) providers. This initiative aims to identify capable sources for aircraft parts, supplies, and related incidental services for non-standard aircraft supporting the Department of Defense and allied countries. The government envisions a 3PL solution encompassing program management, procurement, transportation, supplier management, and asset visibility via Electronic Data Interchange (EDI). Responses are due by March 20, 2026.
Scope of Work
The government seeks capabilities for a comprehensive 3PL solution to support the Cargo International Logistics Division Program Office (ILD). This includes:
- Program Management: Overseeing the entire logistics operation.
- Procurement: Acquiring aircraft equipment and supplies using Manufacturer Part Numbers.
- Transportation: Coordinating and executing domestic and international transport of equipment and supplies.
- Supplier Management: Managing relationships with various suppliers.
- Asset Visibility: Implementing an Electronic Data Interchange (EDI) to provide real-time status of orders.
- Quality Assurance: Establishing Quality Program/Quality Assurance systems to ensure airworthiness of components, component repair, maintenance engineering, fabrication, qualification testing, and logistical support.
- Compliance: Ensuring equipment and supplies (New, Overhauled, Rebuilt) meet cognizant engineering authority requirements (e.g., FAA, MAA) and demonstrating knowledge of DoD Critical Safety Item (CSI) programs and Army Aviation Air Worthiness Release (AWR) processes.
Key Requirements / Deliverables
The 3PL provider(s) will be responsible for a wide range of equipment and incidental services, including:
- Equipment & Supplies: Aviation Parts, Aircrew Equipment, Ground Support Equipment (GSE), Aviation Ground Support Equipment (AGSE), System Peculiar Ground Support Equipment (PGSE), Personal Protective Equipment (PPE), Weapon Parts and Accessories, Testing Equipment, Navigation and Display Systems, Communications Equipment, and Airfield Operations Equipment.
- Incidental Services: Obsolescence Management, Package Handling and Transportation (PHS&T), Supply/Inventory Management, and Supplier Management.
- Parts List: An accompanying Excel spreadsheet details specific aircraft components, including part numbers, descriptions, manufacturers, material conditions (New, New Surplus, Overhaul), and quantities for various aircraft models (e.g., Huey II, B212, B412, S-70i, MD530, CH47F, AW139).
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Potential Set-Aside: The requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered.
- NAICS Codes: 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing) and 336 (Transportation Equipment Manufacturing), with a 1,250-employee size standard.
- PSC Codes: 1615, 1650, 1680, 2925, 3040, 4710.
- Security Classification: Any resulting contract is expected to have a Secret security classification.
- Compliance: Contracts will be compliant with the Berry Amendment's specialty metals restriction.
- Response Due: March 20, 2026, at 12:00 p.m. Central Standard Time.
- Published Date: January 30, 2026.
Submission & Evaluation
Interested businesses should submit a brief capabilities statement package (maximum ten 8.5 x 11-inch pages, 10-point font minimum, bullet format) via email to christopher.r.clemons2.civ@army.mil and cheerisa.l.evans.civ@army.mil. The submission must include organization name, address, POC, ownership type, and tailored capability statements addressing the requirements and a detailed questionnaire provided in the notice. If subcontracting is anticipated, administrative and management structures should be addressed. This is for informational purposes only; responses are not offers, and the government is not obligated to award a contract or provide feedback.
Additional Notes
This is a market research notice only and not a Request for Proposal (RFP). No funds are available for response preparation. Proprietary information will be protected. Do not submit classified material.