Search Contract Opportunities

ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services

ID: N6852026R1001 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Posted: Feb. 4, 2026, 3:17 p.m. EST
This notice is being provided to inform industry that this is the RFP/solicitation for ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services. This is a follow up to the Pre-Solicitation Notice on SAM.gov under Notice ID: N68520-25-RFPREQ-QK00000-0063-DraftRFP. Background/Requirement: Sources Sought Notice posted 12 March 2025 and closed on 27 March 2025. Presolicitation Notice for Draft PWS/SOW posted on 12 June 2025 and closed on 26 June 2025. Presolicitation Notice for Draft RFP posted 22 September 2025 and closed on October 07, 2025, with an updates on 30 September 2025 to respond to no Industry Day and on 07 November 2025 to provide industry Government responses to industry questions, comments and/or feedback. The work required by this contract includes modernization, conversion, in-service repair, disassembly, and all other categories of MROL as stated in NAVAIR Instruction (citation). The Contractor shall provide SE Depot level (D-level) and Intermediate (I-Level) scheduled (preventative) and unscheduled (restorative) maintenance; which includes the servicing, functional and operational testing, repair and replacement of unserviceable parts, assemblies, subassemblies and components; making structural repairs, manufacturing of SE parts; incorporation of approved modifications, support configuration, reclamation, and conversions and perform corrosion control to include paint and final finish of SE. This includes logistical support and capabilities that will complement and enhance the work required herein. This acquisition is being competed as a total 8(a) small business set aside. Contract Type: Cost Plus Fixed Fee Anticipated Period of Performance: January 2027 to January 2032, five(5) one (1)-year ordering periods with a 6-month option to extend services. All offers/responses must be submitted under the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Amendment 0001: Attachment 30 -Solicitation Sections L_M, Section L, Part A, paragraph 4.4. Questions to this solicitation must be submitted by January 5, 2026 12:00PM ET. Offerors are cautioned not to include proprietary information in any questions because the Government may release it to all Offerors. The Government reserves the right not to respond to any questions received concerning this RFP after the deadline and it is not the Government?s intention to extend the proposal due date to questions and answers received after the deadline. Please use the Attachment 35 - Attachment Question Submittal Form_FinalRFP document to submit questions for review. Questions submissions should be emailed to both the Contract Specialist, Ndidiamaka Umeh ndidiamaka.n.umeh.civ@us.navy.mil and PCO, Kurt Dronenburg kurt.j.dronenburg.civ@us.navy.mil. Site Visit Opportunity: The Government will have one (1) day for a site visit at Fleet Readiness Center ASE Solomons, B AVENUE BLDG 105, SOLOMONS MD 20688-0054 on Friday January 16, 2026 from the hours of 8AM-12PM ET. There will be no other opportunities for a site visit. Government Representative, Charles Seader charles.k.seader.civ@us.navy.mil, is coordinating this site visit and all communications to participate must be directed to him no later than close of business January 7, 2026. In order to participate in this site visit, there are requirements that must be met. As this is an 8(a) set-aside requirement, only 8(a) offerors are allowed to participate and must provide documentation as proof of 8(a) status that the Government can verify. The Government will not be responsible for any costs in offeror participation in the site visit. Each 8(a) offeror must provide their own travel and transportation costs. Requirements: maximum two (2) representatives from each 8(a) offeror, maximum one (1) car per 8(a) offeror, each representative must submit the following information to Charles Seader: Maiden Name, Birth Date, Birth Country, Birth City and State, Citizenship, Country of Residence, Phone Number, Position/Title, Employment Organization, DL # State and Expiration Date, Cage Code. Amendment 0002: Proposal submission date: Extended to Monday February 16, 2026 at 3PM ET. It is not the Government?s intention to extend the proposal past this due date. Responses to Q_A: Government responses to questions submitted by January 5, 2026 12:00PM ET has been added as Attachment 36 - Attachment Question Submittal Responses_FinalRFP. Other Document Updates: Section A - WD update and Award timeline, Section B and CLINs - Hours update, BTXT.211-9503, Surge DFARS 252.217-7001, Exhibit A - CDRLs, Attachment 01 ? PWS, Attachment 04 - Team Complement Table, Attachments 20-29 WDs (Includes Calvert County, MD WD Update to 2015-5873), Attachment 30 - Solicitation Section L_M, Attachment 32 ? Attachment L-2 Key Personnel Qualification Matrix, Attachment 33 - Attachment L-3 CRM, Attachment 34 - Attachment L-4 FRCASE Cost. Site Visit: The site visit brief is under Attachment 37 - FRCASE Brief Site Visit_2026JAN16. Attendees: Michelle Thomas - Seabrook, Morris Davis - Bowhead, Heidi Moran - Bowhead, James Sanchez - Tyonek, Derek Wilson - Tyonek, Taryn Wilson - Areli, William Seith - Alutiiq, Michael Key - Yulista, Philip Torem - Yulista, Tamiko Bailey - Baileys Premier Service. Amendment 0003: Proposal submission date: Extended to Tuesday February 17, 2026 at 3PM ET due to February 16, 2026 being a Federal Holiday. It is not the Government?s intention to extend the proposal past this due date and won?t accept late submissions. Attachment 36 - Attachment Question Submittal Responses_FinalRFP has been updated to include missed timely submitted questions.
Posted: Jan. 21, 2026, 3:42 p.m. EST
Posted: Dec. 11, 2025, 4:48 p.m. EST
Posted: Dec. 4, 2025, 3:48 p.m. EST
Background
The solicitation is for ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services issued by NAVAIR. The contract aims to provide comprehensive support services to enhance the operational readiness of military aircraft and associated systems. This acquisition is a follow-up to previous notices and is being competed as a total 8(a) small business set aside. The anticipated contract type is Cost Plus Fixed Fee.

Work Details
The contractor will be responsible for modernization, conversion, in-service repair, disassembly, and all other categories of MROL as detailed in the NAVAIR Instruction. Specific tasks include:

- Providing SE Depot level (D-level) and Intermediate (I-Level) scheduled (preventative) and unscheduled (restorative) maintenance;
- Servicing, functional and operational testing;
- Repairing and replacing unserviceable parts;
- Making structural repairs;
- Manufacturing SE parts;
- Incorporating approved modifications;
- Supporting configuration management;
- Reclamation;
- Conversions; and
- Performing corrosion control including paint and final finish of SE.

Logistical support capabilities are also required to complement the work.

Period of Performance
The anticipated period of performance is from January 2027 to January 2032, consisting of five one-year ordering periods with a 6-month option to extend services.

Place of Performance
The work will be performed in various locations including Maryland, Virginia, Florida, Louisiana, Texas, Washington, California, North Carolina, and South Carolina.

Overview

Response Deadline
Feb. 17, 2026, 3:00 p.m. EST (original: Jan. 22, 2026, 3:00 p.m. EST) Past Due
Posted
Dec. 4, 2025, 3:48 p.m. EST (updated: Feb. 4, 2026, 3:17 p.m. EST)
Set Aside
8(a) (8A)
Place of Performance
FLEET READINESS CENTER ASE, BLDG 105 B AVENUE, SOLOMONS MD 20688 Solomons, MD 20688 United States
Source

Current SBA Size Standard
$40 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $150,000,000 (AI estimate)
Signs of Shaping
94% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 12/4/25 Fleet Readiness Center issued Synopsis Solicitation N6852026R1001 for ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services due 2/17/26. The opportunity was issued with a 8(a) (8A) set aside with NAICS 488190 (SBA Size Standard $40 Million) and PSC J017.
Primary Contact
Name
Ndidiamaka Umeh   Profile
Phone
(301) 757-5160

Secondary Contact

Name
Kurt Dronenburg   Profile
Phone
(240) 298-4610

Documents

Posted documents for Synopsis Solicitation N6852026R1001

Opportunity Assistant

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N6852026R1001

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N6852026R1001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N6852026R1001

Experts for ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > FLEET READINESS CENTER
FPDS Organization Code
1700-N68520
Source Organization Code
100007076
Last Updated
Feb. 4, 2026
Last Updated By
ndidiamaka.umeh@navy.mil
Archive Date
April 30, 2026