USMC 2D MAW MV-22 Maintenance Support
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 General Services Administration (GSA) Assisted Acquisition Services (AAS) has issued RFP 47QFSA26R0004 for MV-22 Maintenance Support for the U.S. Marine Corps. This 8(a) Competitive Set-Aside opportunity seeks Organizational Level (O-Level) and Intermediate Level (I-Level) maintenance for six Tactical Aircraft (TACAIR) Squadrons of MAG 26 at Marine Corps Air Station (MCAS) New River, North Carolina. Proposals are due May 20, 2026, at 11:00 a.m. EST.
Scope of Work
The requirement is to provide comprehensive MV-22 maintenance support, including scheduled and unscheduled maintenance tasks such as documentation, troubleshooting, inspections, corrosion prevention/treatment, servicing, lubricating, adjusting, and removal/replacement of aeronautical components. Contractors must adhere to specific maintenance standards, including Commander Naval Air Forces Instruction 4790 (NAMP), MV-22 maintenance manuals, MCO 8023.3B, Technical Directives (TDs), and Squadron Standard Operating Procedures (SOPs). Quality assurance participation in Government Aviation Maintenance Management Team (AMMT), Aviation Logistics Management Assist Team (ALMAT), and Maintenance Program Assist (MPA) inspections is also required.
Personnel & Deliverables
Key personnel must meet specific qualifications, including a SECRET clearance for electrical/avionics mechanics and MATMEP Level III/T&R Level 3000 requirements for MV-22. Required deliverables include a Project Kick-Off Meeting Agenda/Minutes, Monthly Status Reports (MSR), Monthly Technical Status Meetings, a Project Management Plan (PMP), a Quality Management Plan (QMP), and Transition-In/Out Plans. The government will provide furnished property (GFP) such as workspace, office space, common tools, materials, and parts, as well as furnished information (GFI) like technical manuals and access to supply databases.
Contract Details
- Contract Type: Combination Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) with Not-to-Exceed (NTE) CLINs.
- Period of Performance: One base year with four one-year option periods, plus a potential six-month option under FAR 52.217-8.
- Set-Aside: 8(a) Competitive Set-Aside.
- NAICS: 488190 (Other Support Activities for Air Transportation).
- PSC: J015 (Maintenance, Repair, and Rebuilding of Equipment – Aircraft and Airframe Structural Components).
- Place of Performance: Marine Corps Air Station New River, NC.
Submission & Evaluation
Proposals must be submitted electronically in two parts: Part I (Written Price Proposal) and Part II (Written Technical Proposal). Technical proposals will be evaluated on three factors: Key Personnel and Project Staffing, Technical Approach, and Corporate Experience. These technical factors combined are more important than price. Proposals must also meet specific Pass/Fail elements. A pre-proposal conference is scheduled for April 28, 2026, at 10:30 a.m. EST. Questions regarding the RFP are due by May 14, 2026, at 11:00 a.m. EST.
Important Attachments
Bidders must utilize provided templates for pricing (Attachment I), project staffing (Attachment J), corporate experience (Attachment L), and questions (Attachment M). Other critical attachments include a Corporate Non-Disclosure Agreement (Attachment F), an Organizational Conflict of Interest Statement (Attachment G), and a Service Contract Act Wage Determination for Onslow County, NC (Attachment N). Security requirements are detailed in DoD Form 254 (Attachment E).