Combat Mobility Training
ID: FA568225Q8003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5682 31 CONS DA LGCAPO, AE, 09604-6102, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Combat Mobility Training Services at Aviano Air Base, Italy, under a Firm Fixed Price Purchase Order. The training aims to enhance the operational readiness of the 57th Rescue Squadron by delivering a comprehensive syllabus that includes both practical and theoretical components over a period of 9 to 12 workdays. This procurement is critical for ensuring that personnel are equipped with the necessary skills for Large-Scale Combat Operations, emphasizing the importance of specialized training in military contexts. Interested vendors must submit their quotes electronically by 3:00 PM CET on January 8, 2025, and may direct inquiries to Jessica De Benedet or Adam Bernas via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines various clauses and provisions incorporated by reference in federal contracts, particularly focusing on operational guidelines and legal compliance requirements for contractors. Key clauses include the roles and responsibilities of contracting officers, guidelines for safeguarding sensitive information and cybersecurity, and adherence to whistleblower rights. Additionally, it mandates compliance with training on antiterrorism for contractors and imposes restrictions related to business operations with entities like the Maduro regime. Provisions also include necessary representations about business status, such as small business definitions, and certifications to ensure proper federal acquisition procedures. The text also covers tax exemptions for government contracts in Italy, payment instructions via the Wide Area Workflow (WAWF) system, and requirements for public disclosure related to greenhouse gas emissions. Ultimately, the purpose of the document is to ensure that contractors are adequately informed of, and compliant with, federal regulations and expectations to uphold transparency, security, and legal frameworks in RFPs and federal grants. This structured guidance supports accountability in government contracting and promotes equity for diverse businesses seeking contract opportunities.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to deliver combat mobility training for 19 Air Force personnel. This training aims to enhance operator skills in combat mobility, addressing gaps in knowledge and experience identified by squadron leadership in preparation for Large-Scale Combat Operations. The contractor is expected to provide qualified instructors with U.S. Special Operations backgrounds, a comprehensive training syllabus, the necessary facilities, vehicles, opposition forces for realistic training scenarios, as well as a safety plan. Training will consist of eight hours of classroom instruction and 40 hours of practical training, covering topics such as organization and movement, planning for ground mobility operations, and vehicle recovery operations, culminating in a Full Mission Profile that integrates learned skills. The Government will supply personal gear and communications equipment. Performance measures include the completion of all instructional elements and issuance of certificates to participants. This RFP reflects the Air Force's commitment to improving ground mobility capabilities in complex operational environments.
    The Performance Work Statement for the 57th Rescue Squadron (57 RQS) outlines the requirements for a Contractor to deliver combat mobility training in support of U.S. Air Force operations. The training aims to enhance operational readiness in Large-Scale Combat Operations, providing the necessary knowledge and skills for 57 RQS personnel. Key components include a comprehensive syllabus, instructor support with U.S. Special Operations experience, and access to appropriate vehicles, training facilities, and opposition forces. The Contractor must facilitate nine workdays of training for nineteen personnel, focusing on objectives such as vehicle setup, maintenance, and practical application of tactics. The training includes 40 hours of hands-on practice, a full mission profile lasting 36-48 hours, and classroom instruction covering various topics from ground mobility operations to driving techniques. Critically, the Contractor is responsible for safety planning, documentation of training outcomes, and delivery of recommendations for continuing drills post-training. This Performance Work Statement reflects a structured approach to fulfilling operational gaps in the Air Force's capabilities and underscores the importance of specialized training in dynamic combat scenarios.
    This document outlines the proposal submission requirements for a Request for Quote (RFQ) under federal guidelines, specifying that terms from traditional RFPs have been tailored for clarity. Vendors must submit comprehensive quotes, including a Technical Submission detailing compliance with solicitation requirements. The submission consists of three parts: a Summary and Miscellaneous Data section; a Price Submission with structured line-item pricing; and a Technical Submission demonstrating understanding and capability concerning the Performance Work Statement (PWS). Quotes must be submitted electronically by 3:00 PM Central European Time on January 8, 2025. Offerors are instructed to include a wide range of documentation confirming compliance with solicitation terms, including previous contract experience and representations and certifications. The document emphasizes strict adherence to submission formatting and deadlines to facilitate efficient evaluation, clarifying that non-compliant quotes may be rejected without discussion. This RFQ process exemplifies the structured nature of government procurement, ensuring clarity and fairness in evaluating contractors for federal projects.
    The document outlines the evaluation criteria for awarding a federal contract under the guidelines of FAR 52.212-2, focusing on the solicitation of commercial products and services. It establishes that contracts will be awarded based on a "Best Value" approach, considering both price and non-price factors. Evaluators will assess proposals based on price, technical capability, and prior experience, with specific attention to the technical and management approaches proposed by contractors. Price evaluations, including Total Evaluated Price (TEP) calculations and potential price realism analyses, will be conducted to ensure fairness. The document emphasizes the importance of offering a fully compliant proposal, stating that non-responsive submissions may be excluded from consideration. The evaluation ratings for technical proposals are defined as "Acceptable" or "Unacceptable," determining eligibility for award based on technical acceptability. The government intends to conduct evaluations based on initial proposals without discussions, urging contractors to submit their best offers upfront. By detailing these evaluation factors and procedures, the document aims to provide clarity to potential offerors in the competitive contracting process.
    The document outlines the special clauses applicable to contract FA5682-25-Q-8003, emphasizing various requirements related to contractor insurance, personnel conduct, compliance with laws, and procedures for interactions with government installations and personnel. Key aspects include mandated insurance coverage, including workmen's compensation and general liability, as well as the government's right to monitor contractor personnel and the authority to remove individuals deemed unsuitable. The government reserves the right to perform contract functions internally during various emergencies. Furthermore, contractor personnel must adhere to accident reporting protocols and comply with local and federal laws. A critical provision addresses the non-displacement of qualified workers from predecessor contracts, necessitating employment offers to these individuals under specified conditions. Procedures for travel reimbursement, including required approvals and documentation for temporary duty travel, are detailed, alongside security agreements for classified operations. The clauses also highlight the prohibition against unauthorized work and conflicts of interest, ensuring that contractors do not compromise proprietary information or government security. In summary, the document establishes comprehensive guidelines to ensure compliance, accountability, and operational integrity for contractors engaged in federal projects, reflecting the government's priorities in executing public contracts.
    The procurement file outlines a training initiative aimed at providing essential skills for operators of the 57th Rescue Squadron (57 RQS) at Aviano Air Base, Italy, focusing on combat mobility. The document emphasizes the importance of security measures related to Special Access Programs (SAP), indicating that any public release of sensitive data requires prior coordination with specified military offices to ensure authorization. The training's objective is to enhance operational capabilities within a secure and controlled environment. Additionally, it mentions that contracts associated with visitor groups on Air Force installations will undergo security reviews pertaining to classified information. Overall, this procurement initiative underscores the need for specialized training within military contexts while adhering strictly to established security protocols.
    The document is a combined synopsis/solicitation by the Department of the Air Force for a Request for Quotation (RFQ) related to Combat Mobility Training. The solicitation, identified by the number FA568225Q8003, outlines the requirement for a single Firm Fixed Price (FFP) Purchase Order, intended to be fulfilled at Aviano Air Base, Italy. Vendors are invited to submit their quotes by January 8, 2025, with performance anticipated to start within seven days after receipt of order and completed within 9 to 12 workdays. Quoters must ensure that their submissions include detailed technical descriptions to assess compliance with specified requirements. The evaluation will prioritize price and technical capability, with a focus on best value to the government. The document specifies that all quotes must be submitted to designated email addresses, and includes information about vendor responsibility and the necessity of registration in the System for Award Management (SAM.gov). The Air Force reserves the right to reject any or all quotes or cancel the RFQ without obligation. Overall, the purpose of this solicitation is to procure essential combat mobility training services under established federal acquisition regulations, reinforcing transparency and competition among potential vendors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Combat Mobility Training
    Currently viewing
    Sources Sought
    Similar Opportunities
    USAFE Medical Training
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking qualified contractors to provide Home Station Medical Response (HSMR) training and exercises for the United States Air Forces in Europe (USAFE). The procurement aims to develop and deliver a comprehensive 2-day training program that includes various scenarios such as aircraft mishaps, counter-CBRN incidents, public health emergencies, and active shooter situations, ensuring that Air Force Medical Treatment Facilities personnel are adequately prepared for mass casualty incidents. This training is critical for maintaining compliance with Department of Defense and USAF guidelines, and the work will take place at various USAFE installations across Germany, the UK, Turkiye, and Italy. Interested parties must respond to the Request for Information (RFI) by January 15, 2026, with questions due by January 9, 2026, and are encouraged to provide details on their capabilities and experience in similar services.
    RFI: Foreign Military Sales – Space Systems Training Capability Assessment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to assess capabilities related to training for aircrew, maintenance, and support services in space systems under the Foreign Military Sales (FMS) program. The objective is to identify potential sources that can provide commercially available training courses tailored to the unique needs of international partners, enhancing their ability to utilize space systems effectively. This initiative is crucial for maintaining air superiority and executing diverse missions, as the U.S. Government and its allies increasingly rely on space capabilities. Interested vendors are encouraged to submit their capability statements and pricing information by January 27, 2026, and may direct inquiries to Joseph Crespo at joseph.crespo@us.af.mil or Joseph Wilkerson at joseph.wilkerson.10@us.af.mil.
    Aerospace & Defense Master of Business Program, IAW PWS dated 21 November 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to establish a 48-month Indefinite Delivery Contract (IDC) for an Aerospace & Defense Master of Business Program, as outlined in the Performance Work Statement (PWS) dated November 21, 2025. The contractor will provide workforce development and training materials, courses, and degree programs to support the Warner Robins Air Logistics Complex (WR-ALC) at Robins Air Force Base, Georgia. This initiative is crucial for enhancing the skills and capabilities of personnel involved in aerospace and defense operations. Interested parties should note that quotes are due by December 19, 2025, with an anticipated award date of January 1, 2026. For further inquiries, contact Curtis Green at curtis.green.9@us.af.mil or Jeff Pruitt at jeffery.pruitt.1@us.af.mil.
    Advanced Medical Training
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Advanced Medical Training (AMT) to support Tactical Combat Casualty Care during the Emerald Warrior Exercise in 2026. The procurement involves providing live patient models and qualified instructors to enhance the medical proficiency of Airmen and medical providers, ensuring effective care and reducing battlefield mortality. This training is critical for preparing personnel for future deployments and will take place at MCAS Yuma, Arizona, and Melrose Air Force Range, New Mexico, on specified dates in early February 2026. Interested small businesses must submit their proposals electronically by December 18, 2025, and can contact Maxwell Johnson or Michael Barbera for further information.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    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.
    MAFT (IFT-R)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    Request for Information (RFI): Foreign Military Sales – F-16 Fighter Aircraft Training Capability Assessment
    Dept Of Defense
    The Department of Defense, through the Air Education and Training Command (AETC), is seeking information from industry partners regarding capabilities to support the establishment and operation of an F-16 Flying Training Unit (FTU) for foreign military sales. The objective is to provide comprehensive training for partner nation air forces, including basic qualifications, flight lead upgrades, and instructor certifications, while ensuring operational readiness through infrastructure, facilities, equipment, maintenance, and logistical support. This initiative is critical for maintaining air superiority and enhancing global security through effective training programs tailored to the unique needs of international partners. Interested parties must submit their capability statements by February 28, 2026, and direct any inquiries to Nyderah Williams at nyderah.williams@us.af.mil or Joseph Wilkerson at joseph.wilkerson.10@us.af.mil.
    Education & Training Office Technology Support
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Education & Training Office Technology Support at Spangdahlem Air Base, Germany. This procurement seeks non-personal services to provide computer technology support for 60 computers utilized in U.S. Air Force voluntary off-duty education programs, which are critical for testing Service members for promotion exams and mandatory upgrade training. Interested contractors must demonstrate at least five years of relevant IT support experience and comply with various federal acquisition regulations, with responses due by January 5, 2026, at 1600 CEST. For further inquiries, interested parties can contact Philip T. at Philip.Miu.1@us.af.mil or Angie Pequeno at angelica.pequeno.1@us.af.mil.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    L-39ZA & L-29 TMP Support
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Pilot School, is seeking to award a sole source contract for L-39ZA and L-29 TMP support to The University of Iowa. The contract will involve providing qualified flight instructors and ground support for Test Management Projects (TMPs), utilizing uniquely configured aircraft that are essential for the execution of these projects. The performance period is set for one year, from 2026 to 2027, with a focus on flight instruction, aircraft availability, and compliance with federal regulations. Interested contractors must submit a technical package by December 17, 2025, to Carlos A. Barrera at Edwards Air Force Base, with an anticipated award date of December 30, 2025.