Sources Sought - SABERLINER 2.0
ID: FA930426Q9999Type: Sources Sought
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 United States Air Force, is conducting a sources sought notice for the SABERLINER 2.0 project, aimed at identifying potential sources for a non-personnel services contract. The primary requirement is to provide a Rockwell Sabreliner aircraft, along with qualified flight instructors, to conduct qualitative evaluation flights for students and staff at the USAF Test Pilot School located at Edwards Air Force Base in California. This contract will involve approximately 1.0 to 2.0 hours of flight training per session, totaling 25-30 hours per deployment, and will include specialized training such as upset-recovery and seaplane operations. Interested firms must submit their capability statements by 5:00 PM Pacific Daylight Time on October 31, 2025, to Ms. Jenny L. Meadlin at jenny.meadlin@us.af.mil, as no contract will be awarded from this notice and no reimbursement will be provided for costs incurred in response.

    Point(s) of Contact
    Jenny L. Meadlin
    jenny.meadlin@us.af.mil
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines a non-personnel services contract for the US Air Force Test Pilot School (USAF TPS) at Edwards AFB, CA. The contract requires a Rockwell Sabreliner 60 or HU-16 aircraft and qualified flight instructor(s) to provide qualitative evaluation (QE) flights and ground instruction to TPS students and staff. The services include approximately 1.0-2.0 hours per flight, totaling 25-30 hours per deployment, covering upset-recovery training, seaplane operations (HU-16 only), and practical exams. The contractor must provide all necessary resources, including personnel, equipment, and management, and adhere to strict performance thresholds for flight instruction, aircraft/crew availability, and regulatory compliance. The PWS details minimum qualifications for pilots and aircraft, scheduling, pre-flight/post-flight procedures, emergency responses, and government-furnished support services. It also covers general information such as hours of operation, contractor personnel requirements, security, environmental protection, and various administrative clauses.
    This Performance Work Statement outlines the requirements for a non-personnel services contract to provide a Rockwell Sabreliner 60 aircraft and qualified flight instructor(s) for Qualitative Evaluation (QE) flights at the USAF Test Pilot School (TPS), Edwards AFB, CA. The contractor will provide all necessary resources for flight and instruction, including upset-recovery training and practical exams for students. Key requirements include specific pilot and aircraft qualifications, adherence to scheduling and operational procedures, and compliance with federal, DoD, USAF, and local regulations. The government will provide certain services and facilities, while the contractor is responsible for all other provisions. Performance will be assessed based on flight instruction, aircraft and crew availability, regulatory compliance, and management, with detailed performance thresholds and evaluation criteria outlined.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    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.
    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.
    SABER IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    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.
    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.
    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.
    Performance Based Logistics (PBL) for Secondary and Ground-Based Auxiliary Power Systems
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is conducting a Sources Sought notice to identify potential sources for Performance Based Logistics (PBL) solutions related to Air Turbine Starter components for the B-2 and C-130 aircraft. The government is specifically interested in National Stock Numbers (NSNs) 2995-01-441-1056FW and 2995-01-526-8291, which are currently manufactured by Honeywell International Inc., and seeks to determine if other qualified suppliers can provide similar services, including repair, inventory management, and logistics support. This initiative is crucial for maintaining the operational readiness of various aircraft and ground systems, with the potential to amend an existing PBL Request for Proposal based on the responses received. Interested parties should contact Nathan Flinders at nathan.flinders@dla.mil or 385-591-1416, and are encouraged to submit their qualifications and relevant experience by the specified deadline.
    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.
    FISCAL YEAR 2026 SOURCES SOUGHT
    Buyer not available
    The Department of Defense, specifically the Defense Logistics Agency (DLA Aviation), is conducting a Sources Sought notice for the Fiscal Year 2026 to identify potential manufacturers for various airframe structural components. Interested parties are requested to provide information on their ability to manufacture specific National Item Identification Numbers (NIINs) listed in the announcement, along with the location of their manufacturing facilities and points of contact. These components are critical for maintaining the operational readiness of military aircraft. Responses should be directed to Sean Farley at sean.farley@dla.mil or by phone at 804-279-5127, and it is important to note that this notice is for informational purposes only and does not constitute a solicitation or commitment by the government.
    Transient Alert Services 1 Bridge 2 Modification
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Transient Alert Services 1 Bridge 2 Modification, which involves multiple award ID/IQ contracts aimed at providing essential support for aircraft not assigned to a base or those in transit. The primary objectives of this procurement include aircraft management control, processing, emergency response services for both in-flight and ground emergencies, and ensuring environmental compliance in accordance with Air Force Instructions. These services are critical for maintaining operational readiness across 44 mandatory bases and 11 optional bases within the Air Force. Interested parties can reach out to Alexis Strieker at alexis.strieker@us.af.mil or Jennifer L. Gasparich at jennifer.gasparich@us.af.mil for further details.