DRAFT CSO - Flight School Next (FSN)
ID: W9113M-25-S-C006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5090, USA

NAICS

Flight Training (611512)

PSC

EDUCATION/TRAINING- VOCATIONAL/TECHNICAL (U006)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Army, through the Department of Defense, is seeking innovative solutions for aviation training under a Commercial Solutions Opening (CSO) aimed at enhancing aviator training capabilities. The primary objectives include rapidly training and qualifying aviators across various platforms, improving pilot proficiency through modern commercial practices, and expanding the aviation industrial base to support Army operations. This initiative is critical for maintaining a competitive edge in national defense and includes three key Areas of Interest: Fixed-Wing Aircraft Training, Rotary-Wing Aircraft Training, and Unmanned Aerial Systems Training. Interested vendors must submit proposals that align with these areas, with evaluations based on technical merit and feasibility. For further details, contact Susan Ruzicka at susan.e.ruzicka2.civ@army.mil or 520-674-8460, or Terry E. Walker at terry.e.walker10.civ@army.mil. The solicitation remains open until canceled, and submissions must comply with the outlined guidelines and formats.

    Files
    Title
    Posted
    The U.S. Army's Contracting Command has issued a Commercial Solutions Opening (CSO) aimed at obtaining innovative aviation training solutions to enhance the effectiveness of training for aviators. The CSO, open indefinitely until canceled, allows for two pathways for submissions: Areas of Interest and Calls for Solutions. The Army emphasizes the need for rapid qualification of aviators and the integration of new technologies into training methodologies. The evaluation process will assess proposals based on technical merit, feasibility, and affordability, proceeding through multiple phases: submission of a Quad Chart and Solution Brief, possible live presentations, and possibly detailed written Commercial Solution Proposals. Awards will be characterized as Firm Fixed Price contracts, and participants must be registered with the System for Award Management (SAM) and meet specific eligibility criteria. All submissions should remain unclassified, as the Army seeks to minimize administrative burdens and encourage collaboration with various industry partners. The document also stresses a transparent review process, with the potential for debriefings available for submitters within specific parameters. Overall, this initiative underscores the Army's commitment to leveraging commercial capabilities to bridge critical gaps in aviation training.
    The Army's Open Solicitation seeks innovative solutions from industry partners to address critical capability gaps through Phase I Quad Charts and Solution Briefs. This initiative aims to enhance and support various operational areas by leveraging cutting-edge technologies and methodologies. Key Areas of Interest include modernized training solutions for Fixed-Wing Aircraft, Rotary-Wing Aircraft, and Unmanned Aerial Systems (UAS). The goal for each area is to enhance readiness, reduce training timelines, and support long-term national defense objectives while strengthening warfighters through innovation. The Aviation CSO Team is the point of contact for these areas.
    This document outlines the U.S. Army's multi-phase evaluation methodology for Area of Interest (AOI) solution submissions, which is also applicable to Call for Solutions (C4S). Phase I involves submitting a Quad Chart and Solution Brief, evaluated as “Selectable” or “Non-Selectable” based on technical merit and understanding of requirements. Successful Phase I offerors may be invited to a Phase II Presentation. Phase III requires a written Commercial Solution Proposal (CSP) detailing the technical solution, program management, innovation, and price. The Army reserves the right to adjust the number of evaluation phases and will not reimburse proposal preparation costs. Submissions are evaluated on technical merit/importance to the agency, schedule feasibility, and price/affordability. Phases II and III are assessed for
    The provided government file, "Attachment 003: Phase I - CSO AOI Quad Chart Template," outlines the required elements for a technical solution proposal, likely within the context of a federal government Request for Proposal (RFP) for defense-related technologies. The document specifies key sections for a submission, including "Solution Title," "Schedule," "Price," and "Technical Solution." Within the "Technical Solution" section, offerors are required to detail their alignment with a specific "Area of Interest" (Rotary, Fixed, or UAS), provide an overview of the technical solution, describe production and delivery capabilities, and discuss how the proposed solution addresses the Area of Interest and its potential benefit to the warfighter. The document also mandates a "Rough Order of Magnitude" for pricing. This structure indicates a need for comprehensive and strategically aligned proposals for defense technology acquisition.
    This document, Attachment 004, provides guidelines and instructions for submitting Phase I – CSO AOI Solutions Briefs, crucial for federal government RFPs. It emphasizes conciseness, encouraging diagrams to illustrate proposed solutions. Offerors can submit multiple distinct briefs per Area of Interest (AOI), each focusing on a single concept. The document also notes that technical data with military applications may require export approval. Submissions must be electronic, comprising Quad Charts (not exceeding four PowerPoint slides) and a Solution Brief. The Solution Brief, limited to five single-sided pages (excluding the title page), must include offeror details, clearly identify the AOI, describe the innovative aspects of the proposed solution or capabilities, and provide a rough order of magnitude price with desired payment terms.
    Attachment 005 outlines the guidelines for Phase II – CSO AOI Presentations within a government procurement context, likely for federal grants or RFPs. This phase requires offerors to provide further details on the technical, innovative aspects, and business viability of their proposed solutions. The Army may request a written submission to supplement Phase I information and may opt for in-person, virtual, or paper presentations and demonstrations. Key content required in the presentation includes a description of how the proposed solution represents an innovative application of commercial technology to address the Area of Interest (AOI), a notional implementation schedule, and rough order of magnitude (ROM) pricing information. The government reserves the right to ask additional questions pertaining to information presented during both Phase I and Phase II.
    This document outlines the requirements for Phase III – CSO AOI Commercial Solutions Proposal (CSP) submissions to the Army. Offerors must submit proposals valid for at least 180 days, formatted into three distinct volumes: Technical, Performance Work Statement (PWS), and Price. Failure to adhere to this three-volume format will lead to immediate disqualification. The Technical and PWS volumes are each limited to 10 pages, while the Price Proposal has no page limit and must be in MS Excel format with active formulas. Proposals containing restricted data must include specific markings and a restrictive legend on the cover page. General information required includes a detailed explanation of the proposed approach, assumptions, intellectual property assertions, and any requested Army support. The Technical Volume needs a detailed work plan, staffing information, management approach, suggested deliverables, and ancillary operational details. The PWS, also 10 pages, must be a separate document suitable for award incorporation, devoid of proprietary information, and clearly define objectives, scope, and solution-specific tasks using specific phrasing conventions. The Price Proposal must include detailed pricing, a price build-up with direct and indirect costs, and supporting documentation to enable the Army to determine reasonableness. While the Truth in Negotiations Act (TINA) is not applicable, additional pricing data may be requested.
    The document outlines the procedures for submitting proposals in response to the Army's Areas of Interest (AOI) related to aircraft training solutions. It specifies that these AOIs focus on modernizing training for Fixed-Wing, Rotary-Wing, and Unmanned Aerial Systems (UAS) to improve troop readiness and achieve national defense goals through innovation and technology. Each area emphasizes the need for comprehensive training solutions that can enhance operational efficiency and reduce training durations. The primary contact for submissions is Mr. Michael Metje. This document is pertinent to vendors and contractors interested in participating in government initiatives that aim to strengthen military capabilities through advanced training methodologies.
    The document outlines a Request for Proposals (RFP) for solutions related to a specific area of interest, which could involve rotary, fixed-wing, or unmanned aerial systems (UAS). Key components of the proposal include a comprehensive technical solution overview, production and delivery capabilities, and an assessment of how the proposed solution aligns with the identified area of interest, particularly in terms of its benefits for the warfighter. Additionally, respondents are expected to provide a Rough Order of Magnitude (ROM) to estimate costs associated with their proposed solutions. This RFP emphasizes the importance of addressing military operational needs while ensuring that technical innovations support mission objectives effectively. The structure of the document requires potential contractors to demonstrate their understanding of the area of interest and showcase their ability to deliver solutions that enhance operational effectiveness for defense applications.
    The document outlines guidelines and submission instructions for solution briefs in response to federal government Requests for Proposals (RFPs) designated as Commercial Solutions Openings (CSO). It emphasizes that proposals should be concise, avoiding elaborate presentations, and encourages the use of diagrams to clarify solutions. Offerors can submit multiple distinct solution briefs for an Area of Interest (AOI). Each submission's performance period typically should not exceed 12 months. Specific instructions detail that submissions must include identification of the AOI, an executive summary, and a conceptual description of the proposed solution, highlighting its innovative aspects and potential applications. Additionally, a rough pricing estimate and payment terms are required. All submissions must adhere to specified formatting, with a total limit of five single-sided pages and ten PowerPoint slides. Entities not selected for further phases will be notified, and feedback may be provided upon request. This structured approach aims to streamline the selection of innovative solutions that align with governmental objectives and needs.
    The document outlines the requirements for Offerors presenting their Phase II proposals to the Army, highlighting the need for a detailed demonstration of the proposed solutions' technical and innovative facets, along with their business viability. Offerors must be prepared to provide a live presentation, virtual demonstration, or written submission as specified by the Army. Key elements to address during the presentation include the innovative application of commercial technology in relation to the Area of Interest (AOI) or Call, providing a rough order of magnitude (ROM) price, presenting a notional schedule, and supplying additional information from their solution brief as needed. This structure aims to ensure that proposals align with the Army's specific needs while facilitating a comprehensive understanding of the proposed solutions. The document emphasizes clarity and efficacy in proposals to meet the Army's expectations during the RFP process.
    The document outlines the format and guidelines for the submission of Commercial Solutions Proposals (CSPs) for Phase III of the Army's Commercial Solutions Opening (CSO) process. Offerors must submit proposals in three distinct volumes: a Technical Proposal and Performance Work Statement (PWS), each limited to 10 pages, and a Price Proposal without page limits. Strict adherence to formatting and submission requirements is essential, with proposals being valid for at least 180 days. The Technical Proposal should encompass detailed work plans, task descriptions, and management strategies, while the PWS must clearly outline objectives, scope, and specific tasks without proprietary information. The Price Proposal, prepared in Excel, must demonstrate fair pricing based on comprehensive estimates and supporting data. The document emphasizes that the preparation costs for proposals are not chargeable to resulting contracts, ensuring clarity for offerors regarding the proposal process and requirements for evaluation and pricing justification. Overall, the guidelines aim to facilitate transparent and effective proposal submissions that meet the Army's operational needs.
    The U.S. Army Contracting Command – Redstone Arsenal has issued a Commercial Solutions Opening (CSO) for Aviation Training Solutions (W9113M25SC0060), seeking innovative commercial items, technologies, or services to enhance aviator training for the U.S. DoD. This CSO, open until canceled, addresses the Army's needs to rapidly train and qualify aviators, improve pilot proficiency with commercial practices, and grow the aviation industrial base. It leverages authorities like 10 U.S.C. 3458 for acquiring innovative commercial products and services. Submissions can be made against Areas of Interest (AOI) or specific Calls for Solutions (C4S), with detailed submission and evaluation procedures outlined in attachments. Awards will primarily be Firm Fixed Price (FFP) or Firm Fixed Price Incentive (FFPI) contracts, and offerors must be registered in SAM.gov.
    The U.S. Army has issued a Commercial Solutions Opening (CSO) to seek innovative aviation training solutions under contract W9113M25SC0060. The CSO is a competitive procurement procedure allowing the Department of Defense to acquire commercial items and services deemed necessary to address training capability gaps for aviators. Responses can be submitted through Areas of Interest or specific Calls for Solutions, which will guide the evaluation process across multiple phases, including submission of solution briefs, presentations, and proposals. The document outlines the authority for the CSO, eligibility requirements, submission methodologies, evaluation criteria—focused on technical merit, feasibility, and affordability—and stipulates that all submissions must be unclassified. Successful Offerors will be eligible for Firm Fixed Price contracts, with all award obligations subject to congressional appropriations. Throughout the process, participants are urged to register in the System for Award Management (SAM) and to have clearances as deemed necessary. This initiative aims to enhance the Army's aviation training capabilities, leveraging innovative commercial solutions while emphasizing collaboration with industry partners.
    The U.S. Army Contracting Command issued a Commercial Solutions Opening (CSO) to acquire innovative aviation training solutions under the solicitation number W9113M25SC0060. This program is aimed at addressing capability gaps in training aviators by leveraging commercially available technologies and methodologies. The CSO facilitates two pathways for submissions: Area of Interest submissions and Calls for Solutions, allowing industry partners to propose innovative solutions that align with the Army's training objectives. Submissions will undergo a multi-phase evaluation, starting with solution briefs and quad charts, followed by potential presentations and detailed commercial solution proposals. Evaluation criteria include technical merit, feasibility, and affordability. Eligible offerors must register with the System for Award Management (SAM) and comply with security requirements. Awards are expected to be fixed-price contracts, reflecting a commitment to enhancing Army readiness and capability development. The CSO remains open until canceled, facilitating ongoing collaboration to modernize aviation training for U.S. military personnel. Interested parties can find further details and submit inquiries through the provided link and contact information.
    The Flight School Next (FSN) program aims to enhance the training of helicopter aviators within the U.S. Army, marked by a new contractual and operational approach distinct from previous initiatives. This document addresses various inquiries related to the FSN site visit scheduled for July 30-August 1, 2025, at Fort Novosel. Key topics include difficulties accessing attachments related to the project, the need for a CAGE code for RSVP registration, and the overlapping events during the Industry Days and FSN visit. The Army clarifies that while FSN builds upon existing aviation training, it introduces a novel methodology. Attendance is limited to three personnel per company, with registration deadlines set for July 14, 2025. A preliminary agenda outlines information sessions and site tours across multiple days, with specific times. Flight demonstrations, separate from FSN proceedings, will occur on July 28, strictly for government evaluation. Attendees are encouraged to respect the Government Contractors' Code of Ethics, fostering an environment conducive to innovation and collaboration within the defense sector. The document underscores the Army's commitment to engaging non-traditional contractors to drive advancements in military aviation training.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Air Force - Small UAS & Asymmetric Capabilities - Commercial Solutions Opening
    Buyer not available
    The Department of the Air Force is initiating a Commercial Solutions Opening (CSO) to seek innovative commercial technologies that support defense and asymmetric capabilities, specifically through the Air Force Life Cycle Management Center's Special Operations Forces & Personnel Recovery Division. This CSO aims to address future requirements through a structured three-phase competitive process, which includes Solution Briefs, Pitch Sessions, and full written Proposals, although no proposals are being accepted at this time. The CSO is significant for enhancing the capabilities of the Air Force in areas of special operations and intelligence, surveillance, and reconnaissance. Interested parties can find further guidance in the attached documents, with the CSO open for an initial period until September 3, 2026, and no funding currently available for this initiative. For inquiries, contact the USAF Asymmetric Capabilities CSO Group at USAFAsymmetricCapabilitiesCSO@groups.af.mil.
    ARMY OPEN SOLICITATION (AOS)
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, has issued the Army Open Solicitation (AOS) to acquire innovative commercial solutions and research and development capabilities across all Army mission areas. This solicitation aims to enhance the Army's lethality by leveraging advanced commercial technologies and addressing identified Active Capability Gaps (ACGs) through a structured three-phase competitive process that includes Solution Briefs, Live Pitches, and Solution Proposals. The AOS remains open indefinitely, allowing for continuous submissions, while specific Calls for Solutions will have defined response periods; interested vendors must ensure they are registered in SAM and possess a Unique Entity ID (UEI) to participate. For further inquiries, contact Kristin Height or Robin Delossantos at usarmy.apg.acc.mbx.army-open-solicitation@army.mil.
    MAFT (IFT-R)
    Buyer not available
    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.
    U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA) Strategic Services Branch Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA) is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial items, technologies, and services under Solicitation Number W912CH-25-S-C001. This initiative aims to streamline the procurement process, allowing for flexible contract types, including fixed-price options, to address diverse requirements across various Army organizations, thereby enhancing operational readiness and efficiency. The CSO is continuously open until June 30, 2030, inviting submissions of solution briefs, presentations, and commercial solution proposals, with evaluations based on responsiveness, technical merit, and funding availability. Interested parties can contact Kelsey Greenwell at kelsey.d.greenwell.civ@army.mil or 571-588-8898 for further information.
    Airlift Efficiency Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, specifically the United States Air Force's Operational Energy Office, is seeking innovative solutions through a Commercial Solutions Opening (CSO) aimed at enhancing airlift efficiencies for military and commercial transport aircraft. The solicitation invites proposals for technologies that may include new designs or adaptations of existing systems, particularly focusing on dual-use propulsion systems with thrust capabilities between 35,000-50,000 lbs, which could benefit aircraft like the C-17 Globemaster and next-generation blended wing body designs. This initiative is critical for addressing energy demands and logistics in contested environments, with a market opportunity projected at $35-40 billion until 2045. Interested parties must submit solution briefs by March 13, 2025, and can contact Capt Madison Tikalsky at madison.tikalsky.1@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil for further information.
    STEM (Science Technology Engineering Math) Flight Education Program
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the STEM (Science Technology Engineering Math) Flight Education Program, aimed at enhancing educational opportunities in these critical fields. This program will focus on providing training and educational resources to promote STEM learning, particularly in aviation and flight-related disciplines. The initiative is vital for fostering a skilled workforce capable of meeting future technological and defense challenges. Interested parties can contact Jennifer L. King at jennifer.l.king76.civ@army.mil or by phone at 502-624-1006 for further details regarding the procurement process.
    AFLCMC Armament Directorate Rapid Response (ADRR) Commercial Solutions Opening (CSO) for Innovative Execution
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC) Armament Directorate, is soliciting innovative commercial solutions via the Rapid Response (ADRR) Commercial Solutions Opening (CSO) for future requirements related to weapon technologies and system concepts. This CSO aims to facilitate the rapid development and characterization of novel capabilities, supporting various lifecycle phases from concept to sustainment, and may lead to FAR Part 12 contracts or Other Transactions. The opportunity is open until June 4, 2026, with specific requirements and submission deadlines communicated through periodic "spirals." Interested parties can reach out to primary contact Sara Riley at sara.riley@us.af.mil or secondary contact Jill Harms at jill.harms.1@us.af.mil for further information. Please note that no funding is currently available, and unsolicited proposals will not be accepted.
    Air Force Operational Commercial Solutions Opening
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Commercial Solutions Opening (CSO) to acquire innovative commercial items, technologies, and services aimed at addressing various Air Force requirements and capability gaps. This initiative, authorized under Class Deviation 2022-O0007, seeks solutions priced under $100 million that can enhance mission capabilities, streamline operations, or provide technological advancements. Proposals must be submitted via email by September 30, 2026, and will be evaluated based on technical merit, importance to agency programs, and funding availability, with a focus on small businesses as this opportunity is a Total Small Business Set-Aside. Interested parties can reach out to the 87 CONS CSO Team at 87CONS.CSO.Team@us.af.mil for further information.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Buyer not available
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command, is seeking 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, ensuring they are well-prepared for various environments and scenarios. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations and any inquiries to Jeffrey S. Morris at jeffrey.s.morris.civ@socom.mil by the specified deadlines, with the contract expected to commence on January 15, 2026, contingent upon future funding availability.