MQ-9A Unmanned Air System (UAS) Engineering Logistics Support (ELS) Optix Sustainment
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Feb 17, 2026. Industry: NAICS 488190 • PSC J015.
Market snapshot
Awarded-market signal for NAICS 488190 (last 12 months), benchmarked to sector 48.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 488190
Description
The Naval Air Systems Command (NAVAIR), Patuxent River, MD, intends to negotiate and award a modification to Order N0001925F0024 under existing Basic Ordering Agreement (BOA) N0001922G0006 to General Atomics – Aeronautical Systems, Inc. (GA-ASI), Poway, CA, for the procurement of Common Intelligence Picture (CIP) Optix software sustainment. CIP is integrated into the Electronic Warfare (EW) Pod of the United States Marine Corps (USMC) MQ-9A Unmanned Aircraft System (UAS). CIP Sustainment includes, but is not limited to, maintaining a quarterly CIP software release schedule, CIP software defect tracking and reporting; CIP software maintenance activities to include reviewing, revising and publishing updates; four (4) CIP software releases annually with operational patches addressed through interim releases as needed; onsite engineering support for integration, testing, and deployment of updates, and CIP software reachback. Award of this action is expected by 3rd Quarter Fiscal Year (FY) 2026. The Period of Performance is estimated to be a three (3)-month base Contract Line Item Number (CLIN) and a 12-month option CLIN.
For this proposed contract action, the Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C. 3204(a)(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 designer, developer, manufacturer, and integrator of the MQ-9A UAS and the related EW Pod, 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.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties, however, may identify their interest and capability by responding to the requirement. The Government will consider all information received prior to the closing date of this synopsis. 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 modification based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. Responses shall be made in writing by e-mail to the attention of Sharina Miller using the contact information provided in this synopsis. Companies interested in subcontracting opportunities should contact GA-ASI directly at GA-ASISmall-Business@ga-asi.com.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.