SOURCES SOUGHT
15 -- FY27-FY32 Basic Ordering Agreement (BOA) and Indefinite Delivery Indefinite Quantity (IDIQ) contract for MQ-9A Block 5 Reaper Support
- Notice Date
- 12/18/2025 8:49:01 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-26-RFPREQ-WPM266-0065
- Response Due
- 1/17/2026 2:00:00 PM
- Archive Date
- 02/01/2026
- Point of Contact
- Tiffany Horty, Kristina Johnson
- E-Mail Address
-
tiffany.a.horty.civ@us.navy.mil, kristina.m.johnson79.civ@us.navy.mil
(tiffany.a.horty.civ@us.navy.mil, kristina.m.johnson79.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL FIRMS CAPABLE OF PROVIDING THE SERVICES & SUPPLIES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SOURCES SOUGHT. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION/REQUIREMENTS This Sources Sought is being posted to satisfy the requirement of Defense Federal Acquisition Regulations Supplement (DFARS) 206.302-1(d). The Naval Air Systems Command (NAVAIR) Program Executive Office for Unmanned Aviation and Strike Weapons (PEO (U&W)), Multi-Mission Tactical Unmanned Air Systems (UAS) Program (PMA-266) at Patuxent River, MD intends to issue a sole source Basic Ordering Agreement (BOA) and Indefinite Deliver Indefinite Quantity (IDIQ) contract to General Atomics Aeronautical Systems, Inc (GA-ASI), Poway, CA, in support of Marine Air Ground Task Force (MAGTF) Unmanned Aircraft Systems (UAS) Expeditionary (MUX) Medium?Altitude Long Endurance (MALE) program family of systems to include the following: procurement of required MUX MALE materials, spares, support equipment, training, engineering support, Engineering Change Order (ECO)/ Engineering Change Proposal (ECP) support, Integrated Logistics Support (ILS), flight services (training, mishap reach-back support, field support, trade studies to enhance safety/operational capability, engineering support, and airworthiness, to include flight clearances), air vehicle and ground control modifications, payload modifications, networking/software activities, sustainment & DMSMS activities, and trade studies necessary for the successful operation and support of MUX/MALE MQ-9A Block 5 Reaper air vehicles, associated capabilities/payloads, and Ground Control Stations (GCSs).? This also includes Engineering Logistics Support (ELS), which encompasses all required activities to ensure all operational systems, operational system mission kits, payloads, mission systems (aircraft baseline components), avionics, and aircraft support equipment and tools are mission capable and ready for tasking. The proposed action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C.2304(c)(1) and FAR 6.302-1, �Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements.� GA-ASI is the sole designer, developer, manufacturer, and integrator of the MQ-9 Reaper Unmanned Aircraft System (UAS) and therefore is the only contractor with the requisite knowledge, experience, and technical data that can meet the Government's requirements on a timely basis and in a cost-effective manner. The result of this Sources Sought will be utilized to determine if the required supplies or services exist in the marketplace and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties, however, may identify their intertest and capability by responding to the requirement. The Government will consider all information received prior to the closing date of this sources sought. Information received will be considered solely for determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract action based upon responses to this notice is solely within the discretion of the Government. Companies interested in subcontracting opportunities should contact GA-ASI directly at GA-ASISmall-Business@ga-asi.com. ANTICIPATED PERIOD OF PERFORMANCE The government contemplates a five-year ordering period. REQUIRED CAPABILITIES The Government requires the MQ-9A aircraft have the capability to interface with other intelligent platforms and control payloads during missions. The system must meet the following operational and program requirements: Ability to send and receive real-time Top SECRET/SCI and below mission critical (non-voice) information [e.g., imagery, Full Motion Video (FMV), intelligence updates, Isolated Personnel Report (ISOPREP) files, Position Location Information (PU) with Higher Headquarters (HHQ)] ELIGIBILITY The applicable NAICS code(s) are 336411; with a number of employees of 1,500 and 488190 with a Small Business Size standard of $35M. The Product Service (PSC) Code(s) are 1550 Unmanned Aircraft and J016 Maintenance, Repair and Rebuilding of Equipment: Aircraft Components and Accessories. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS Interested parties may submit a capability statement package identifying their interest and capability in response to this notice no later than the response date listed. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and requisite knowledge required to support the requirement. A determination not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length on 8.5 x11 inch paper with one-inch margins, single-spaced, Times New Roman 12-point font minimum) demonstrating ability to satisfy all requirements, and perform the taskings listed under the required capabilities. This documentation must address, at a minimum, the following: Notice number from the SAM.GOV posting to which you are responding; Company Name; Company Address; CAGE Code; and Points-of-Contact (Primary and Secondary) name, phone number, fax number, and e-mail address; Company profile to include number of employees, annual revenue history, office location(s), DUNS number, business size, and a statement regarding current small/large business size status; Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the product/services described herein; Type of work your company has performed in the past in support of the same or similar requirement. Can or has your company managed a task of this nature? If so, please provide details. Company's ability to begin performance upon contract award without the requirement for additional negotiations or contract awards to procure rights to start performance for any resultant effort. If qualifying as a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described herein within the period of performance. All responses, including capability statements, shall be submitted no later 17 January 2026. Responses shall be submitted electronically to the designated Contract Specialist, Tiffany Horty, in Microsoft Word format or Portable Document Format (PDF) at the following email address: tiffany.a.horty.civ@us.navy.mil. No phone calls will be accepted. The Government may contact RFI respondents in order to seek clarification of submitted information or gain additional input. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought. DOCUMENT MARKINGS It is incumbent upon sources providing responses to this Notice to accurately mark all data with all appropriate data rights, distribution and classification markings. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions shall be clearly marked with the following caption: Controlled Unclassified Information (CUI), Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons but may request additional information following review. Note: If an interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fdf468e565154dd5952c99ce4e2e7568/view)
- Place of Performance
- Address: CA 92064, USA
- Zip Code: 92064
- Country: USA
- Zip Code: 92064
- Record
- SN07670687-F 20251220/251218230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |