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), a component of 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 for Fiscal Years 2027-2030. This effort aims to ensure sustained combat capability at designated Continental United States (CONUS) and Outside Continental United States (OCONUS) locations. The contract is structured as a Firm-Fixed Price (FFP) and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ), with an estimated total program value of $250.0 Million. Proposals are due by April 6, 2026, at 6:00 PM ET, to be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE).
Scope of Work
The contractor will provide comprehensive operational support, including:
- Organizational-Level (O-Level) maintenance for the MQ-9A UAS and its payloads.
- Qualified pilot and sensor operator aircrew services for mission planning and execution.
- Support services at Main Operating Bases (MOBs), Forward Operating Bases (FOBs), and other deployed sites, specifically at VMU-1, VMU-3, VMUT-2, and VMX-1 across CONUS (Yuma, AZ; Cherry Point, NC) and OCONUS (INDOPACOM; Kaneohe, HI) locations.
- Up to 24/7 operational support as required.
- Supply support, including material forecasting, ordering, and tracking.
- Adherence to stringent security requirements, including personnel security clearances up to Top Secret/Sensitive Compartmented Information (TS/SCI) and CMMC Level 2 certification.
Performance standards include achieving a 75% average 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: Firm-Fixed Price (FFP) and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ).
- Period of Performance: Ordering period from February 1, 2027, to January 31, 2030.
- Estimated Value: $250.0 Million.
- Set-Aside: No specific set-aside. However, Section L includes a Price Evaluation Preference for HUBZone Small Business Concerns. Large businesses must provide a Small Business Subcontracting Plan with a minimum 18% small business participation goal.
Submission & Evaluation
Proposals must be submitted electronically through PIEE. Offerors are responsible for timely submission; late proposals will not be evaluated. The evaluation will follow a best value tradeoff process, where Past Performance is more important than Technical, and Technical is more important than Price. All non-price factors combined are significantly more important than Price.
Pre-requisite: Offerors must demonstrate experience performing similar work, submitting at least one "Very Relevant" or "Somewhat Relevant" contract as the Prime Contractor within the last three years. Failure to meet this will result in an "Unacceptable" rating.
Important Notes
- The solicitation has undergone several amendments, with Amendment 0005 (March 19, 2026) confirming no revisions to the solicitation but providing a conformed copy. Offerors must ensure final submissions align with the latest revisions.
- Questions regarding the RFP were to be submitted within 10 calendar days of the RFP issue date (February 19, 2026) and are now at the PCO's discretion. Questions must be emailed to the identified PCO and Solicitation Managers.
- Attachment 5 (MQ-9 Enterprise PPP) will be provided upon request as it contains Controlled Unclassified Information (CUI).
- Offerors must adhere to detailed Cost and Software Data Reporting (CSDR) requirements and Contract Data Requirements List (CDRLs).
Primary Contact: Tiffany Horty (tiffany.a.horty.civ@us.navy.mil) Secondary Contact: Sharina Miller (sharina.n.miller.civ@us.navy.mil)