AMENDMENT 004 to SOLICITATION: The FEDERAL AVIATION ADMINISTRATION (FAA) has an upcoming requirement for EMBRAER (EMB) 120 Pilot Qualification Training
ID: 6973GH-25-R-00192Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Flight Training (611512)

PSC

EDUCATION/TRAINING- GENERAL (U009)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking proposals for EMBRAER (EMB) 120 Pilot Qualification Training, with a focus on providing initial and recurrent training for FAA inspectors and pilots. The procurement aims to ensure that qualified personnel are maintained for evaluating, testing, and checking functions, adhering to Airline Transport Pilot (ATP) standards and relevant regulations. This contract will be awarded as a Fixed Price - Requirements type contract, with a one-year base period and four additional option years, emphasizing the importance of maintaining high training standards in aviation safety. Interested vendors must submit their technical and cost proposals by September 29, 2025, at 5:00 PM CT, and all inquiries should be directed to Shelley Howard at shelley.a.howard@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file is an amendment to a solicitation, providing updates and clarifications to an existing Request for Proposal (RFP). It details how offerors should acknowledge receipt of the amendment, either by completing specific sections, returning a signed copy, or by referencing it in their offers. The document specifies that offers must acknowledge receipt prior to the specified hour and date for offer receipt. It also outlines the procedures for submitting changes to previously submitted offers, allowing for modifications via telegram or letter, provided they reference the solicitation and amendment number, and are received before the opening hour. The amendment confirms that all other terms and conditions of the original solicitation remain unchanged and in full force and effect. The effective date of this amendment is July 24, 2025.
    The document is an amendment to a solicitation or an offer, detailing procedures for acknowledging receipt of amendments and making changes to previously submitted offers. It specifies that proposers must acknowledge receipt of amendments by completing and returning copies of the amendment, acknowledging receipt on each copy of the offer submitted, or by separate letter or telegram. The amendment also outlines how changes to offers can be made via telegram or letter, provided they reference the solicitation and amendment numbers and are received before the opening hour and date. It further clarifies that all other terms and conditions of the original document, as previously changed, remain unchanged and in full force and effect. The document also includes details about the period of performance and authorized personnel for signing offers and contracts.
    Amendment 0003 to solicitation 6973GH-25-R-00192 for the AAQ-740 TRAINING & AVIATION ACQ project extends the closing date for offers to September 4, 2025, at 5:00 PM CT. The original effective date of the solicitation was July 14, 2025. All other terms and conditions of the solicitation remain unchanged. The Period of Performance for this contract is from September 1, 2025, to August 31, 2030. The amendment was issued by the FAA Aeronautical Center in Oklahoma City, OK, and signed by Shelley A. Howard, the Contracting Officer.
    This government file, likely an amendment to a solicitation or an RFP, details changes and clarifications to a previously issued document. It specifies updates to proposal submission instructions, particularly concerning acknowledgments of amendments and methods for submitting revised offers. The document outlines procedures for modifying existing offers via telefacsimile or letter, emphasizing the need to reference the original solicitation and amendment number. It also includes revised pricing tables for various services or products, categorized by labor categories, material costs, and other direct costs. This amendment ensures all parties are aware of the updated requirements and pricing, maintaining fairness and transparency in the procurement process. It is critical for bidders to understand and incorporate these changes into their final submissions.
    The government file focuses on an extensive overview of requests for proposals (RFPs) and funding opportunities within federal, state, and local entities. It highlights the importance of these RFPs as essential mechanisms for soliciting proposals from organizations, which are intended to fulfill specific governmental needs or initiatives. Key points include the structured process for submitting proposals, eligibility criteria, evaluation metrics, and funding allocation. The document emphasizes maintaining transparency and competition among applicants to ensure fair selection. Additionally, it encompasses various sectors, such as infrastructure, environmental restoration, and public health, detailing how different initiatives align with broader governmental objectives for community enhancement and resource allocation. Supportive details illustrate the procedural steps for applicants, including necessary documentation and timelines for submission, underscoring the urgency of aligning proposals with governmental priorities and budget constraints. Overall, this document serves as a vital resource for potential bidders aiming to engage in government projects, fostering collaboration between public and private sectors for improved service delivery to the community.
    This document outlines a Performance Work Statement (PWS) for Embraer EMB-120 pilot qualification training for Federal Aviation Administration (FAA) inspectors and pilots. The FAA requires initial and recurrent ground school and flight simulator training to maintain qualified personnel for evaluating, testing, and checking functions. The contractor must provide an FAA-approved training program, ensuring content aligns with identified needs and avoids inappropriate material. Training dates will be mutually agreed upon, and course materials must be provided annually for validation. The PWS details specific qualifications for initial and recurrent training, emphasizing adherence to Airline Transport Pilot (ATP) standards and relevant 14 CFR regulations. General requirements include flexible scheduling for FAA personnel, limitations on training hours, and specific facility standards. The contractor is also responsible for coordinating practical tests with FAA inspectors and notifying the Contracting Officer of student progress or issues.
    The Performance Work Statement (PWS) outlines the requirements for initial and recurrent pilot qualification training on the Embraer EMB-120 for FAA inspectors and certification pilots. This training is mandated under Title 49 of the U.S. Code, emphasizing the importance of having proficient inspectors to ensure aviation safety and standards. Training will involve ground school, flight simulation, and practical tests. Schedule conflicts may arise due to factors like equipment failure or weather, requiring rescheduling with mutual agreement. Key provisions include adherence to FAA regulations ensuring training meets specific performance and emotional response criteria, as well as requirements for supplemental training based on individual needs. Training facilities must comply with safety and environmental standards, providing suitable resources and an effective learning environment. The document outlines qualifications needed for instructors and the necessity of providing course completion documentation. The guideline also ensures that all training materials are approved and updated to reflect current needs. The overall aim is to equip FAA personnel with the necessary skills to perform their duties effectively while ensuring compliance with federal standards and regulations.
    Similar Opportunities
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Call for Solutions - Flight School Next (FSN)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Aviation Center of Excellence (AVCOE), is soliciting proposals for the Flight School Next (FSN) program, which aims to establish a Contractor-Owned, Contractor-Operated (COCO) solution for Initial Entry Rotary-Wing (IERW) Flight Training at Fort Rucker, Alabama. This initiative seeks to train 800 to 1,500 rotary-wing pilots annually over a 26-year period, utilizing commercially available services and equipment to enhance training efficiency and pilot proficiency. The program is critical for modernizing Army aviation training, ensuring that graduates meet U.S. Army standards equivalent to FAA commercial helicopter pilot certification. Interested contractors must submit their proposals by December 15, 2025, and can direct inquiries to Michael A. Metje at michael.a.metje.civ@army.mil or Susan Ruzicka at susan.e.ruzicka2.civ@army.mil.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Buyer not available
    The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for training in the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide Initial Qualification Training (IQT) for up to six personnel biannually, encompassing a comprehensive ten-day course that includes system fundamentals, supervised build instruction, and extensive flight training. This training is critical for enhancing the operational capabilities of unmanned systems operators within the military context. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations by December 17, 2025, with the contract expected to commence on January 15, 2026, contingent upon future funding availability. For inquiries, contact Jeffrey S. Morris at jeffrey.s.morris.civ@socom.mil.
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    Policy, Engineering, Analysis, and Research Contract (PEARS III)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking industry feedback for the Policy, Engineering, Analysis, and Research Contract (PEARS III) through a draft Screening Information Request (SIR). This contract aims to provide support services across various FAA offices, including policy development, environmental analysis, and administrative support, with a total maximum value of $36 million over a five-year period. The FAA emphasizes the importance of industry input to refine the SIR and ensure it accurately reflects the intended work, inviting interested vendors to submit their comments via a structured comment matrix by January 21, 2026. For further inquiries, vendors can contact the FAA Contracting Office at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.
    Aviation Research BAA 2025
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Electric Vertical Takeoff and Landing (eVTOL) and Advanced Air Mobility Aircraft Integration Pilot Program (eIPP)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the Electric Vertical Takeoff and Landing (eVTOL) and Advanced Air Mobility Aircraft Integration Pilot Program (eIPP). This initiative aims to partner State, local, tribal, and territorial (SLTT) governments with U.S.-based private sector organizations to facilitate the safe integration of eVTOL and AAM aircraft into the National Airspace System, focusing on applications such as air taxis, cargo transport, and logistics. The program is designed to generate valuable data to inform future FAA regulations while ensuring public safety and operational efficiency. Proposals must be submitted electronically via the eIPP Portal by December 19, 2025, and interested parties should direct inquiries to Kristin Frantz or Karina Espinosa at the provided email addresses.
    Computer, Present Po
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of a "Computer, Present Po," specifically designed for the KC-46 aircraft. This procurement involves the supply of a gear and shaft assembly that plays a critical role in regulating the feel force at the pilots' elevator control columns, with a total line item quantity of four units required. The estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0073) is December 17, 2025, with a closing date of January 16, 2026, and delivery is expected on or before November 8, 2026. Interested parties should direct inquiries to Chrissy Turnage at christine.turnage@us.af.mil, and are advised that the procurement will not be set aside for small businesses, with no surplus authorized and qualification requirements applicable as per FAA certification procedures.