Contractor Logistics Support for PMA-266 MQ-9 Reaper
ID: N00019-25-RFPREQ-WPM266-0055Type: Sources Sought
Overview

Buyer

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

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Naval Air Systems Command, is seeking information from potential contractors for Contractor Logistics Support (CLS) for the PMA-266 MQ-9 Reaper program. This opportunity aims to identify firms capable of providing aircrew and maintenance support for the MQ-9A system, which is critical for Intelligence, Surveillance, and Reconnaissance (ISR) operations conducted by the United States Marine Corps (USMC). The anticipated contract will cover a range of services, including organizational and intermediate-level maintenance, and is expected to span a period of 3 to 5 years, with an estimated award date in October 2026. Interested parties must submit a white paper by April 22, 2025, to the primary contact, Tiffany Horty, at tiffany.a.horty.civ@us.navy.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
Buyer not available
The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.
C-40 Contractor Logistics Support: Solicitation
Buyer not available
The Department of Defense, through the Naval Air Systems Command, is seeking proposals for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for C-40A Contractor Logistics Support (CLS) services, aimed at maintaining operational readiness for 17 U.S. Navy and 2 U.S. Marine Corps aircraft. The procurement encompasses comprehensive logistics and maintenance support, including scheduled maintenance checks, management of government property, and adherence to cybersecurity compliance, ensuring the aircraft's functionality and safety. This contract is critical for sustaining military aviation operations, with a proposal submission deadline extended to May 12, 2025, and inquiries directed to Karin Jensvold at karin.jensvold@navy.mil or Jessica McGee at jessica.l.mcgee14.civ@us.navy.mil.
MQ-4C Various Power Supply
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to award a three-year indefinite-delivery, indefinite-quantity contract for various hydraulic power supply units to Hydraulics International, Inc. (HII), the Original Equipment Manufacturer (OEM). The procurement includes specific part numbers essential for supporting the United States Navy and the Royal Australian Air Force's MQ-4C Triton Unmanned Air Systems, highlighting the critical nature of these components for operational readiness. This opportunity is being processed under the authority of 10 U.S.C. 3204(a)(1), indicating that only one responsible source can meet the agency's requirements due to the proprietary nature of the technical data. Interested parties must respond within fifteen (15) calendar days of the notice publication and can contact Mark Schnittman at mark.a.schnittman.civ@us.navy.mil or 240-587-2525 for further information.
MQ-4C Sling V-Tail Assembly
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, NJ, is anticipating the award of a firm fixed-price contract for the Sling V-Tail Assembly, Part Number: 3673310M01101-301, which is critical for the MQ-4C Triton Unmanned Air Systems (UAS) Program. This procurement is limited to the Original Equipment Manufacturer, Northrop Grumman, and Avioss LLC, as they are the only approved vendors for this Critical Application Item (CAI), which is essential for ensuring safety and operational effectiveness. Interested alternate offerors must submit a Source Approval Request (SAR) package within 15 days of this notice, with all responses due by April 29, 2025, at 5:00 PM EDT, to the primary contact, Alexander Buchan, at alexander.g.buchan2.civ@us.navy.mil. Registration in the System for Award Management (SAM) is mandatory for consideration.
GQM-163A Aerial Target Operation
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is conducting a sources sought notice for the GQM-163A Aerial Target Operation, aimed at gathering market research for potential contractors. Interested parties must be certified through the Defense Logistics Information Services (DLIS) to access Controlled Unclassified Information (CUI) and must coordinate with their CAGE code’s Data Custodian for access. This opportunity is crucial for ensuring the operational readiness and effectiveness of aerial target systems, with responses due by May 7, 2025, at 3:00 PM PST. For further inquiries, interested contractors can contact Candice Gonzalez at candice.n.gonzalez.civ@us.navy.mil or Katy J. White at katy.j.white.civ@us.navy.mil.
RFP - MARITIME PATROL AIRCRAFT MAINTENANCE and LOGISTICAL SERVICES
Buyer not available
The Department of Homeland Security's Customs and Border Protection (CBP) is soliciting proposals for maintenance and logistical services for its Maritime Patrol Aircraft (MPA) fleet, which includes P-3 and DHC-8 aircraft. The contract requires comprehensive organizational and intermediate-level maintenance to ensure operational readiness, compliance with FAA regulations, and effective material management. This initiative is crucial for maintaining the CBP's aerial capabilities in safeguarding U.S. borders and enhancing mission effectiveness. Interested contractors should direct inquiries to Bartek Chwalek or Joquita Wheeler via email, with proposals due by May 6, 2025, at 5:00 PM EDT, as funding availability will determine contract awards.
PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.
Product Manager (PdM) Combat Service Support Equipment (CSSE) Services RFI
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking responses to a Request for Information (RFI) for Acquisition Lifecycle Management Support related to the Product Manager Combat Service Support Equipment (CSSE). The objective is to gather capabilities statements from interested vendors to assist in planning and executing acquisition programs that encompass logistics, engineering, risk management, and training for various Marine Corps systems. This initiative is crucial for ensuring the effective development and staffing of programmatic efforts that support the Marine Corps' operational requirements. Interested parties must submit their white papers by May 8, 2025, and direct any questions to Jessica Munoz at jessica.m.munoz.civ@usmc.mil or Ebony King at ebony.king@usmc.mil by April 15, 2025. Responses will become government property, and there is no obligation for the government to contract for the requested services.
Archer Contractor Logistics Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to issue a new five-year Indefinite Delivery Indefinite Quantity (IDIQ) sole source contract to North Point Defense Inc. for Contractor Logistics Support (CLS) and unscheduled maintenance and repairs on various configurations of the Archer Atmospheric Early Warning System (AEWS). This contract is critical as it addresses the sustainment needs of the Archer systems, which require specialized technical data and support that only the original developer can provide. Interested contractors are encouraged to submit capability statements, proposals, or quotations for consideration, although this is not a request for proposals, and the government will not cover any proposal preparation costs. For further information regarding the solicitation, interested parties should contact Captain Andrew Madison at Andrew.Madison.6@us.af.mil or Lanette Todd at Lanette.Todd@us.af.mil.
E4B Contactor Logistics Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to extend a sole-source contract with Boeing Company for Contractor Logistics Support (CLS) related to the E-4B National Airborne Operations Center aircraft. The contract modification aims to provide comprehensive support, including program management, aircraft depot maintenance, supply chain management, and field service representatives, ensuring the operational readiness of this critical military asset for U.S. strategic command and control functions. The total budget ceiling for this contract is set at $4.2 billion, with a performance period from December 1, 2025, to May 31, 2036, and interested parties are encouraged to submit capability statements, although funding is currently unavailable. For further inquiries, contact Amanda Jones at amanda.jones.39@us.af.mil.