Navigate the lattice: hubs for browsing, trends for pricing signals.
PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This Solicitation is issued as a Request for Proposal (RFP) for the National Aircraft Services, and the solicitation number is 15M50026QA4400001.
The U.S Marshals Service (USMS), Department of Justice (DOJ), on behalf of the Asset Forfeiture Division (AFD), has a requirement for providing national and international relocation, storage, maintenance, assessment, consultation, and disposal services for aircraft and related ancillary assets seized and forfeited under the DOJ Asset Forfeiture Program (AFP). Aircraft types typically covered within the scope of this effort include, but are not limited to, small fixed-wing general aviation aircraft; rotorcraft, airliners, and corporate size turbine powered aircraft, drones, and helicopters. Related assets may include, but are not limited to, avionic parts/equipment and aircraft hangars. The primary service area includes the United States, the Virgin Islands, and Puerto Rico. Services, although rare, may also be required in Guam and the Northern Mariana Islands. International services could be required, to be determined on a case-by-case basis.
The Acquisition Strategy is approved for a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract vehicle. The Product Service Code is: S215. NAICS Code is 488119 Other Airport Operations.
The IDIQ will have an Ordering Period of 5 years and will contain FAR 52.217-8 Option to Extend Services which, if exercised, can add up to an additional 6 months of performance at the ordering level. The Government will select and award to one offeror whose proposal offers the “best value” to the Government, using the trade-off method.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-06 effective October 1, 2025, the Department of Justice Regulations (DJAR) in addition to USMS. The complete text of any of the Federal Acquisition Regulation clauses and provisions may be accessed in full text at FAR.gov.
Complete instructions for submitting a response to this RFP and applicable provisions and clauses are found in the solicitation and in Attachment 3 Instructions to Offerors. All Offerors are advised to pay careful attention to the proposal submission requirements and all attachments.
NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database. Registration may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at eliana.york@us.doj.gov , christopher.ottie@us.doj.gov and AFP.PROCUREMENT@usdoj.gov. No questions will be answered after 1/26/2026.
Amendment 001 - 01/22/2026
The purpose of Amendment 001 to this solicitation is to revise and replace Attachment #3 Instructions to Offerors. The original Attachment #3 incorrectly indicates a Page Number total of 8. That Page Number total has been corrected to 7.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 488119 (last 12 months), benchmarked to sector 48.