- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Point Mugu Range Air Transportation Services (PMRATS)
Combined Synopsis Solicitation from US TRANSPORTATION COMMAND (USTRANSCOM) • DEPT OF DEFENSE. Place of performance: CA. Response deadline: May 04, 2026. Industry: NAICS 481211 • PSC V221.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 481211 (last 12 months), benchmarked to sector 48.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 128 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 481211
Description
General Information:
Document Type: Combined Synopsis/Solicitation
Solicitation Number: HTC71126RE137
Classification Code: V221 – Air Transport, Passenger, Charter
NAICS Code: 481211 – Nonscheduled Charter Passenger Air Transportation
Contracting Office Address:
United States Transportation Command, Directorate of Acquisition, (TCAQ-C), 508 Scott Drive, Building 1900W, Scott AFB, IL 62225-5357, UNITED STATES
Description:
The purpose of this synopsis is to notify interested parties that the United States Transportation Command (USTRANSCOM) Acquisition (TCAQ) office anticipates the issuance of a solicitation for Point Mugu Range Air Transportation Services (PMRATS). PMRATS requires the contractor to provide all personnel, facilities, equipment, supplies, materials, and services necessary for fixed-wing and rotary-wing air transportation of passengers with personal baggage and/or cargo, rotary-wing drone recovery services, and range test support and radar surveillance and clearance services in and around Point Mugu and the Point Mugu Sea Range. Contractor must be based in the local area to provide air transportation services within one hour flight time of Naval Air Warfare Center, Weapons Division (NAWCWD), Point Mugu, CA. Fixed-wing transportation is required in and around the Southern CA area within a 200 nautical mile radius of Point Mugu, CA. Rotary-wing transportation is required between Ventura County airports (Naval Base Ventura County, Point Mugu, CA and Oxnard Airport, Oxnard, CA), San Nicolas Island, CA, and Santa Cruz Island, CA, or otherwise within a 1.5 flight hour duration of Point Mugu. Drone recovery operations will be performed on the NAWCWD Point Mugu Sea Test Range and other ranges as required. Range test support may include surveillance and clearance of marine vessels on the Sea Test Range, marine mammal monitoring, and the carriage of electronic test equipment and tracking devices as required.
The Government intends to award a single Firm-Fixed Price (FFP) with Time & Material (T&M) elements contract to the responsible offeror whose proposal, fully conforming to the solicitation requirements, is determined to be the most advantageous to the Government, considering price and other evaluation factors as outlined in the Request for Proposal (RFP). This acquisition is being conducted as full and open competition after exclusion of sources, Small Business set-aside, and all responsible Small Business sources are eligible to submit a proposal, which will be evaluated and considered by the agency.
The base period of performance shall begin on 1 October 2026, or date of award if subsequent thereto, through 30 September 2027, followed by four one-year option periods, through 30 September 2031. The contract will include FAR clause 52.217-8, Option to Extend Services.
This acquisition is being conducted under FAR Part 15, Contracting by Negotiations, as a non-commercial service. Proposals will be evaluated using the factors identified in the RFP. Noncompliance may be grounds to eliminate the proposal from consideration of contract award.
An RFP should be available on SAM.gov on or about 3 April 2026. No hard copies of the solicitation will be issued. All responsible Small Business sources may submit a proposal which shall be considered by USTRANSCOM/TCAQ-C.
Points of Contact (POCs):
Marjorie SaurelCook, Contract Specialist, marjorie.saurelcook.civ@mail.mil
Nicole Blanson, Contract Specialist, nicole.i.blanson.civ@mail.mil
Sonya Barker, Contracting Officer, sonya.m.barker4.civ@mail.mil
Thomas Fee, Contracting Officer, thomas.m.fee2.civ@mail.mil
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.