Contractor Logistics Support (CLS) Follow-On, FY 27-30
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), under the Department of the Navy, is soliciting proposals for Contractor Logistics Support (CLS) Follow-On for the United States Marine Corps MQ-9A Unmanned Aircraft System (UAS) and its associated payloads. This effort, covering FY 27-30, aims to ensure sustained combat capability at designated CONUS and OCONUS locations. The contract is a Firm-Fixed Price (FFP) and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ). Proposals are due by April 6, 2026.
Scope of Work
The contractor will provide comprehensive operational support, including:
- Organizational-Level (O-Level) maintenance for the MQ-9A system and payloads.
- Qualified pilot and sensor operator aircrew services for mission planning and execution.
- Support at Main Operating Bases (MOB), Forward Operating Bases (FOB), and other deployed sites.
- Supply support, security compliance (including TS/SCI clearances and CMMC Level 2), and adherence to strict safety protocols.
- Performance standards include achieving 75% Mission Capable Aircraft Required (MCAR), 50% Full Mission Capable Aircraft Required (FMCAR), 90% Aircraft Operational Availability Rate (OAR), and 96% Aircrew Availability Rate (AAR).
Contract Details
- Contract Type: FFP and Cost (No Fee) IDIQ
- Period of Performance: February 1, 2027, to January 31, 2030 (ordering period)
- Minimum Contract Value: $1,000,000
- Estimated Program Value: $250.0 Million TY$M (per Attachment 7_RDT)
- Set-Aside: Unrestricted, with Small Business Subcontracting Goals (minimum 18% for large businesses) and a Price Evaluation Preference for HUBZone Small Business Concerns.
Proposal Requirements & Evaluation
Proposals must be submitted electronically via PIEE. Key attachments include:
- Section L: Instructions for proposal preparation, formatting, and submission.
- Section M: Evaluation factors for award, which will follow a "best value" tradeoff process, with Past Performance being more important than Technical, and Technical being more important than Price. All factors other than Price combined are significantly more important than Price.
- Pre-requisites: Offerors must demonstrate experience with at least one "Very Relevant" or "Somewhat Relevant" contract as a Prime Contractor or JV Team Member within the last three years.
- Small Business: Large businesses must provide a Small Business Subcontracting Plan and a Small Business Participation Commitment Document (SBPCD) with an 18% goal. Small businesses must provide their current SAM profile.
- Key Attachments: Offerors must complete tables for workshare (KA-1), business system status (KA-2), relevant contracts (KA-3, PP-1), site manning (Att L-6), proposed features/benefits (Att L-5), and the price model (Att L-7).
Key Dates & Contacts
- Proposal Due Date: April 6, 2026, by 6:00 PM ET.
- Questions: Questions received after 10 calendar days of the RFP issue date (February 19, 2026) will be answered at the PCO's discretion. Submit questions via email to the PCO and Solicitation Managers.
- Primary Contact: Tiffany Horty (tiffany.a.horty.civ@us.navy.mil)
- Secondary Contact: Sharina Miller (sharina.n.miller.civ@us.navy.mil)