Contractor Logistics Support (CLS) Follow-On, FY 27-30

SOL #: N0001926R1000Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

Place of performance not available

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft And Airframe Structural Components (J015)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 18, 2025
2
Last Updated
Mar 30, 2026
3
Submission Deadline
Apr 6, 2026, 6:00 PM

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)

People

Points of Contact

Sharina MillerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View
View

Versions

Version 13
Solicitation
Posted: Mar 30, 2026
View
Version 12Viewing
Solicitation
Posted: Mar 19, 2026
Version 11
Solicitation
Posted: Mar 16, 2026
View
Version 10
Solicitation
Posted: Mar 12, 2026
View
Version 9
Solicitation
Posted: Mar 5, 2026
View
Version 8
Solicitation
Posted: Feb 23, 2026
View
Version 7
Solicitation
Posted: Feb 20, 2026
View
Version 6
Solicitation
Posted: Feb 19, 2026
View
Version 5
Pre-Solicitation
Posted: Jan 22, 2026
View
Version 4
Pre-Solicitation
Posted: Jan 5, 2026
View
Version 3
Pre-Solicitation
Posted: Dec 22, 2025
View
Version 2
Pre-Solicitation
Posted: Dec 18, 2025
View
Version 1
Pre-Solicitation
Posted: Dec 18, 2025
View