FY27-FY32 Basic Ordering Agreement (BOA) and Indefinite Delivery Indefinite Quantity (IDIQ) contract for MQ-9A Block 5 Reaper Support
ID: N00019-26-RFPREQ-WPM266-0065Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Aircraft Manufacturing (336411)

PSC

UNMANNED AIRCRAFT (1550)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from potential sources for a Basic Ordering Agreement (BOA) and Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the MQ-9A Block 5 Reaper Unmanned Aircraft System (UAS). The procurement aims to provide essential materials, spares, support equipment, training, engineering support, and logistics necessary for the operation and maintenance of the Marine Air Ground Task Force (MAGTF) Unmanned Aircraft Systems (UAS) Expeditionary Medium Altitude Long Endurance (MALE) program. This initiative is critical for ensuring the operational readiness and capability of the MQ-9A aircraft, which plays a vital role in military operations by facilitating real-time intelligence and mission-critical communications. Interested parties are encouraged to submit their capability statements by January 17, 2026, to Tiffany Horty at tiffany.a.horty.civ@us.navy.mil, as the government will consider all submissions for potential competitive procurement opportunities.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Contractor Logistics Support (CLS) Follow-On, FY 27-30
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking contractors for the Contractor Logistics Support (CLS) Follow-On contract for fiscal years 2027 to 2030. This procurement aims to provide comprehensive support for the United States Marine Corps MQ-9A Unmanned Aircraft System (UAS), including Organizational-Level maintenance and qualified aircrew services at various operational bases both within and outside the Continental United States. The contract will be structured as a Firm-Fixed Price and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with task orders issued as needed per FAR Clause 52.216-18. Interested parties should direct their questions or comments regarding the draft solicitation to Tiffany Horty at tiffany.a.horty.civ@us.navy.mil by January 14, 2026.
    Small Unmanned Aircraft Systems (sUAS) for the United States Marine Corps
    Dept Of Defense
    The Department of Defense, specifically the United States Marine Corps, is seeking information from vendors regarding Small Unmanned Aircraft Systems (sUAS) that are commercially available and compliant with recent legislative requirements. The primary objective is to assess potential suppliers capable of providing low-cost, high-volume sUAS solutions, particularly those with First Person View (FPV) capabilities, to support reconnaissance, surveillance, and target acquisition missions. This procurement is critical for enhancing operational capabilities, with an emphasis on rapid production scalability, as the Marine Corps aims to acquire up to 5,000 units within six months and 10,000 units within twelve months, with initial deliveries expected by April 2026. Interested parties must submit their responses, including detailed technical specifications and cost breakdowns, to the designated contacts, Hannah Cha and Kristen Ferro, via email by the specified deadline.
    RFI/Sources Sought for US Navy Aircraft Carrier-specific Material and Repair Efforts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for Basic Ordering Agreements (BOAs) related to unique materials and repair efforts for US Navy Aircraft Carriers. The procurement aims to address emergent repair work, battle damage assessment and repair, material procurement, routine maintenance, and engineering support, focusing on specialized materials that are not commercially available and are critical for operational readiness. Interested parties must demonstrate their capability to manage inventory and supply chains for nuclear-powered carriers, with responses due electronically to the designated contacts by the specified deadline. The estimated ordering period for this initiative is from January 2027 to January 2032, and all inquiries should be directed to Devon Peck or Tyler Pacak via their provided email addresses.
    1680 - Performance Based Logistics support of the Navy HMH-60R (Romeo) and MH-60S (Sierra) aircraft.
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is soliciting proposals for a five-year Performance Based Logistics (PBL) contract to support the U.S. Navy's MH-60R and MH-60S aircraft, as well as provide supply support for the U.S. Coast Guard and foreign military sales customers. The contract, designated N00383-26-R-E901, will encompass a range of contractor responsibilities including repair, replacement, overhaul, modification, warehousing, and inventory management, all aimed at enhancing reliability and reducing total ownership costs. This initiative is critical for maintaining the operational readiness of these aircraft, which play a vital role in naval operations. Interested contractors should contact Christian Ingerson at 717-686-1553 or via email at christian.j.ingerson.civ@us.navy.mil for further details, with the contract execution period running from February 2027 to January 2032.
    RQ-4B (Global Hawk) Sustainment Repair Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for sustainment repair support of the RQ-4B Global Hawk System. The primary objective is to find contractors capable of repairing various National Stock Numbers (NSNs) associated with the system, ensuring that assets are returned in serviceable condition while adhering to strict delivery schedules, including surge backorders and Mission Capable Awaiting Parts (MICAP) requests. This opportunity is critical for maintaining the operational readiness of the Global Hawk, which plays a vital role in intelligence, surveillance, and reconnaissance missions. Interested parties are encouraged to respond to the Request for Information (RFI) by January 20, 2026, and should direct inquiries to Kimberly Berdon at kimberly.berdon@us.af.mil or Ileana Cruz at ileana.cruz-mujica@us.af.mil.
    Remote Minehunting (RMH) Module
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the Remote Minehunting (RMH) Module, aimed at enhancing mine detection, classification, and localization capabilities. This procurement encompasses the production of the RMH Module, associated engineering support, and spare parts, consolidating these requirements into a single competitive supply contract to be awarded in Fiscal Year 2026. The RMH Module will replace the existing AN/AQS-20 system and includes a Towed Body, Payload Delivery System, and related software, with the goal of streamlining operations and improving delivery timelines to the Fleet by FY29. Interested parties should access the solicitation via the Procurement Integrated Enterprise Environment (PIEE) and direct inquiries to Contracting Officer Kevin Burk at kevin.j.burk3.civ@us.navy.mil or Contract Specialist Ethan Breitenbach at ethan.g.breitenbach.civ@us.navy.mil, with a proposal submission deadline to be confirmed in forthcoming amendments.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information (Updated 16 Dec 2025)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input via a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program. This initiative aims to develop and field loitering munitions that can be integrated with SOCOM Combatant Craft, focusing on precision strike capabilities while adhering to specific performance requirements, including a kinetic payload of over 22 pounds and operational readiness in various sea states. The MLE-1 program is critical for enhancing naval warfare capabilities, providing combatant craft with organic precision-strike mission packages designed for beyond line-of-sight engagements. Interested vendors must submit their responses by 5:00 PM EST on January 16, 2026, and can direct inquiries to Christopher Russell at christopher.s.russell34.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    UAS Drone Blue Cleared or Select lists compliant BPA
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft Systems (sUAS) and associated repair parts. Interested vendors must be authorized distributors of drones listed on the Blue UAS Cleared or Select lists, which are compliant with current laws and validated as cyber-secure for Department of Defense operations. This procurement is crucial for meeting the evolving mission needs of DoD users and is set aside exclusively for small businesses, with no current funding available for proposal preparation. Interested parties should submit their responses electronically, including required documentation, to the designated contacts by referencing “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject line.
    SUPPORT, STRUCTURAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for structural support for E2A/AH-64E aircrafts, specifically for the NSN: 1560-01-616-4752. The procurement involves an Indefinite Quantity Contract with an estimated annual requirement of 120 units over a 5-year base period, with a delivery schedule of 350 days after receipt of order. This contract is critical for maintaining the operational readiness of military aircraft, and it is classified as an unrestricted procurement, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on or about December 10, 2025, and may contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040 for further information.