Market Survey for TECHNICAL TRAINING COURSES FOR FLIGHT INSPECTION PILOTS AND TECHNICIANS
ID: 04102025Type: Sources Sought
Overview

Buyer

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

NAICS

Flight Training (611512)

PSC

EDUCATION/TRAINING- GENERAL (U009)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for providing Technical Training Courses for Flight Inspection Pilots and Technicians. The training will encompass three specific courses: Human Factors Evaluations, Operational Test and Evaluation (OT&E), and Technical Pilot Production/Acceptance/Maintenance Flight Test, with a focus on ensuring high-quality, standardized training that adheres to FAA regulations and emphasizes operator competency. Interested vendors are required to submit a capability statement detailing their training offerings, experience, and approach by 2 p.m. CST on April 18, 2025, to Joe Oglesby at joe.oglesby@faa.gov. This opportunity is not a request for proposals, and the FAA will not cover any costs incurred in preparing responses.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 6:06 PM UTC
The Performance Work Statement outlines the requirements for technical training courses for flight inspection pilots and technicians employed by the FAA. The scope includes three courses: Human Factors Evaluations, Operational Test and Evaluation (OT&E), and Technical Pilot Production/Acceptance/Maintenance Flight Test. Contractors are to develop and provide these courses, accommodating up to five students per class, over approximately ten days. Key components of the training include quality assurance measures, safety programs, and necessary instructor qualifications, with instructors required to have extensive flight test experience and specific certifications. Facilities must meet strict requirements for class size, equipment, and safety standards, and training sessions will be conducted eight hours a day, five days a week. The contractor must provide detailed course syllabi, logistical information, and student performance reports. Additionally, all training must adhere to FAA regulations and standards. This document serves to ensure that FAA personnel receive high-quality, standardized training essential for their roles in aircraft certification and safety, emphasizing operator competency and regulatory compliance in alignment with federal training objectives.
Lifecycle
Title
Type
Similar Opportunities
FAA Tower Simulation System Software - Enhancement Two
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified vendors to enhance its Tower Simulation System (TSS) software, aimed at improving air traffic controller training capabilities. The procurement focuses on developing, configuring, and managing simulation software that meets specific operational requirements, including the integration of realistic training scenarios and advanced audio-visual outputs. This initiative is critical for ensuring that air traffic controllers are trained effectively in a safe environment, reflecting real-world complexities in air traffic management. Interested vendors must submit their capability statements and responses to specific questions by May 19, 2025, to Manish Patel at manish.patel@faa.gov, with a total submission limit of 25 pages.
Initial Pilot Training (IPT) (See Solicitation FA300225SC001)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Sources Sought notice for the Initial Pilot Training (IPT) program, aimed at enhancing pilot production efficiency. The procurement involves a comprehensive flight training program for military officers, targeting the training of approximately 2,500 candidates annually, with a focus on meeting Federal Aviation Administration (FAA) certification standards. This initiative is crucial for modernizing pilot training capabilities and ensuring a consistent output of qualified pilots to support U.S. Air Force operations. Interested parties are encouraged to submit their capabilities and insights by February 14, 2025, with an Industry Day scheduled for February 4, 2025, in San Antonio, Texas. For further inquiries, contact Justin Haynes at justin.haynes.7@us.af.mil or Jaimee Wilson at jaimee.wilson@us.af.mil.
C-40 Flight Simulator Training Follow-on
Buyer not available
The Department of Defense, specifically the Air Force's 763rd Enterprise Sourcing Squadron (763 ESS), is seeking sources for follow-on flight simulator training for the C-40B/C aircraft, which supports executive airlift missions. The procurement requires contractors to provide FAA-approved classroom and simulator training for various pilot courses, including Initial Qualification and Refresher Training, utilizing certified instructors and simulators at an FAA-approved facility. This training is crucial for maintaining pilot readiness and safety standards within the Air Mobility Command and other associated units. Interested businesses, particularly those classified as small disadvantaged, HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman-Owned Small Businesses, must submit their capabilities and plans for joint ventures by May 6, 2025, to the primary contact, Blake Beckmann, at blake.beckmann@us.af.mil or by phone at 618-256-9951.
Initial Pilot Training (IPT)
Buyer not available
The Department of Defense, specifically the United States Air Force (USAF), is seeking contractors to support the Initial Pilot Training (IPT) program, which aims to provide preparatory training for at least 2,500 military officers annually. The program requires contractors to administer FAA certifications, including Private Pilot Certificate (PPC), Instrument Airplane Rating (IAR), and Airplane Multiengine Land (AMEL) courses, all to be completed within 139 calendar days per candidate. This initiative is crucial for enhancing military flight capabilities and ensuring that officers are equipped with foundational aviation skills through structured civilian training. Interested parties should contact Justin Haynes at justin.haynes.7@us.af.mil or Jaimee Wilson at jaimee.wilson@us.af.mil for further details, with proposals due by May 8, 2025, as part of the Closed Commercial Solutions Opening (CSO) process.
MARKET SURVEY: Repair of Transmit-Receive (TR) Limiters
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for the repair of Transmit-Receive (TR) Limiters, also known as Receiver Protectors, which are critical components in the ASR-9 radar system. The FAA requires evaluation and repair services for these limiters, identified by NSN 5960-01-520-3540, to ensure operational readiness and prevent backorders, as the current provider is unable to meet demand. Interested vendors must demonstrate their capabilities in handling RF equipment and provide necessary certifications, including ISO 9001:2015, with responses due by May 28, 2025, at 2:00 PM CT. For further inquiries, vendors can contact Connie Houpt at connie.m.houpt@faa.gov.
KC-46 Aircrew and Maintenance Training Systems (ATS/MTS) Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to gather market insights and assess industry capabilities for the KC-46 Aircrew Training System (ATS) and Maintenance Training System (MTS). The objective is to enhance training for pilots and maintenance personnel through high-fidelity simulators and various training devices, including Weapon System Trainers (WST) and Boom Operator Trainers (BOT), while ensuring compliance with cybersecurity regulations. This initiative is crucial for developing an effective acquisition strategy that may include small business set-asides, with responses due by May 7, 2025. Interested parties can reach out to Dasia Johnson at dasia.johnson@us.af.mil or Chase Ralston at chase.ralston@us.af.mil for further information.
Request for Information (RFI) for Multiple Award Indefinite Delivery / Indefinite Quantity Contract (MAC IDIQ) for Air Force Aircrew Training Portfolio
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking interested contractors to support a multiple-award Indefinite Delivery/Indefinite Quantity (MAC IDIQ) contract for the Air Force aircrew training portfolio. This Request for Information (RFI) aims to identify contractors capable of providing various training services, including initial qualification, mission qualification, and continuation training for Department of Defense aircrew, along with developing instructional courseware and managing aircrew support positions. The selected contractors must meet stringent requirements, including holding a Top Secret security clearance, ISO 9001 certification, and demonstrating substantial prior experience in relevant training and contract management. Interested parties should submit their capabilities statements, not exceeding ten pages, along with any feedback on the requirements, to Anita Rochford at anita.rochford.2@us.af.mil. The deadline for submissions has not been specified in the overview.
USNTPS OH-58C Replacement
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking information from industry regarding the provision of a Helicopter Autorotational/High Risk Testing Trainer (HATT) to replace existing training aircraft at the United States Naval Test Pilot School (USNTPS). The primary objective is to identify an aircraft capable of conducting autorotational and high-risk testing, including full logistical support such as maintenance and training, to enhance the training of test pilots and flight test engineers. This initiative is critical for ensuring that future aviators are proficient in handling emergency scenarios and developing essential flight skills, with a requirement for a minimum of five fully mission-capable aircraft to support over 500 flight hours annually. Interested vendors must submit capability statements by May 30, 2025, to Brad Dioguardo and Catrina Farrell via email, with the submission limited to 50 pages and addressing the specified requirements outlined in the RFI.
Air Force Special Operations Command (AFSOC) Air Commando Training Support (ACTS) II
Buyer not available
The Department of Defense, through the Air Force Special Operations Command (AFSOC), is conducting market research for the Air Commando Training Support (ACTS) II program, seeking potential sources capable of providing training system support for various aircraft, including AC/HC/MC-130J and CV-22. The procurement aims to identify companies with expertise in the development, modification, and sustainment of training systems, particularly those that can operate with limited technical data and maintain training efficiency under operational demands. This initiative is crucial for enhancing military training capabilities and ensuring compliance with distributed mission operations standards. Interested vendors must submit their capabilities and past experiences by April 27, 2025, and can contact Dave Frameli at david.frameli.4.ctr@us.af.mil or Nick Redlin at nicholas.redlin@us.af.mil for further information.
Market Survey: Graphics and Multimedia Production
Buyer not available
The Federal Aviation Administration (FAA) is conducting a market survey to identify qualified vendors for a Graphics and Multimedia Production contract at the William J. Hughes Technical Center in Atlantic City, New Jersey. The procurement aims to secure services that include artistic design, technical illustration, and multimedia content production, adhering to federal standards and FAA branding guidelines. These services are crucial for delivering high-quality visual information to various government clients, including the FAA and other Department of Transportation agencies. Interested companies must submit their capability statements and business classification size to the Contracting Officer, Jeffrey Young, at jeffrey.young@faa.gov by 4 PM (EST) on May 1, 2025, as part of the market survey process.