Sabreliner or HU-16 Aircraft Services FY26
ID: FA930426Q5000Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9304 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

Flight Training (611512)

PSC

EDUCATION/TRAINING- GENERAL (U009)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the provision of Rockwell Sabreliner 60 or HU-16 aircraft services for the fiscal year 2026. The contract requires qualified flight instructors to conduct Qualitative Evaluation flights and support Test Management Projects at Edwards Air Force Base, California, ensuring the aircraft's airworthiness and compliance with specific operational standards. This procurement is crucial for enhancing the training experience of USAF Test Pilot School students, with an estimated contract value between $250,000 and $350,000. Interested parties must submit their quotes by November 24, 2025, and can direct inquiries to Jenny L. Meadlin at jenny.meadlin@us.af.mil.

    Point(s) of Contact
    Jenny L. Meadlin
    jenny.meadlin@us.af.mil
    Files
    Title
    Posted
    This Performance Work Statement outlines a non-personnel services contract for providing a Rockwell Sabreliner 60 or HU-16 aircraft and qualified flight instructor(s) to the USAF Test Pilot School (TPS) at Edwards AFB, CA. The primary purpose is to conduct Qualitative Evaluation (QE) flights and support Test Management Projects (TMPs), broadening student experience with unique aircraft. The contract is for one year, with performance primarily at Edwards AFB or mutually agreed-upon alternative locations like Lake Mead for HU-16 water landings. Key requirements include providing flight instruction, classroom lectures, pre-flight briefs, and post-flight debriefs. The contractor must ensure aircraft airworthiness, maintain specific communication and navigation systems, and have dual controls. Instructor pilots need an FAA Commercial Pilot Certificate, type rating, 1,500 flight hours (250 in type), and 500 instructor hours (50 in type), with recent TPS instruction experience. The government will provide base support services such as emergency medical services, refuse collection, security, and fuel, but the contractor is responsible for aircraft recovery equipment. Performance will be evaluated based on flight instruction effectiveness, aircraft and crew availability, regulatory adherence, and management, with penalties for non-compliance. The contractor must comply with all security, environmental, and IT regulations, including background checks and proper handling of controlled unclassified information.
    The government file details various financial and operational reporting requirements, likely for federal grants or contracts. Key sections include mandates for financial reporting and budget details, along with specific rules for managing grant funds and project expenses. The document also outlines compliance measures, audit procedures, and performance metrics. It emphasizes adherence to regulatory standards for accountability and transparency. Overall, the file serves as a comprehensive guide for recipients to manage funds and report on their activities in accordance with federal guidelines.
    This government solicitation, FA930426Q5000, is a request for proposals for FY26 Saberliner HU-16 Services, with a total award amount of $34,000,000.00. It is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), and identifies Jenny Meadlin as the contact for solicitation information. The document outlines requirements, including specific clauses for inspection, acceptance, and payment via Wide Area WorkFlow (WAWF). It details various FAR and DFARS clauses, addressing topics such as contractor ethics, cybersecurity, and prohibitions on certain telecommunications equipment and business operations. The solicitation also includes provisions for contract administration, such as an ombudsman for dispute resolution and specific health and safety requirements for work on government installations, along with instructions for contractor access.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.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.
    LAU PAGS FIELD REPA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    Engineering Support Services - Commercial Derivative Aircraft
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services (ESS) related to various commercial derivative aircraft, including the VC-25A and E-4B. The contract aims to provide both recurring and non-recurring engineering services, which encompass systems engineering, safety management, and technical support for sustaining and modernizing critical Air Force aircraft. This procurement is vital for maintaining the operational readiness and safety of executive aircraft, with a contract value subject to various pricing arrangements, including fixed-price and cost-plus options. Interested parties should direct inquiries to Cameron Burton or Capt Bailey Calico via email, with the solicitation process having commenced on October 30, 2025, and subsequent amendments issued through November 19, 2025.
    P-40 Warhawk Performance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a contract for the performance of the P-40 Warhawk, as outlined in the attached Sole Source Justification document. This procurement is categorized under the social-recreational industry and is intended to fulfill specific operational requirements at Little Rock Air Force Base in Arkansas. The P-40 Warhawk is a significant asset for training and operational readiness, emphasizing the importance of maintaining and enhancing its performance capabilities. Interested parties can reach out to Abigail Hebert at abigail.hebert@us.af.mil or Kali Finke at kali.finke@us.af.mil for further details, with both contacts available at 501-987-3837.
    Spatial Disorientation CLS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.
    ACT/Lockheed spare aircraft parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    USAFADS Smoke Oil
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of smoke oil for the United States Air Force Air Demonstration Squadron (USAFADS), also known as the Thunderbirds. The requirement includes 460 55-gallon drums of brand-name smoke oil, which must adhere to specific technical standards to prevent aircraft contamination, with delivery locations including Truth or Consequences, NM, Edwards AFB, CA, and Nellis AFB, NV. This procurement is critical for supporting training and airshow operations for the F-16 C/D model aircraft, with quotes due by December 8, 2025, and all interested vendors must be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, vendors can contact SrA Carlos Burnes at carlos.burnes@us.af.mil.