Certified Flight Instructor - Instrument Training & Endorsement
ID: 15F06725Q0000464Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Flight Training (611512)

PSC

EDUCATION/TRAINING- GENERAL (U009)
Timeline
    Description

    The Federal Bureau of Investigation (FBI) is soliciting proposals for Certified Flight Instructor (CFI) and Certified Flight Instructor - Instrument (CFI-I) training and endorsement services, specifically aimed at enhancing the aviation proficiency of its pilots. The procurement is structured as a small business set-aside under NAICS code 611512, with a size standard of $34 million, and is intended to ensure that the FBI maintains a qualified cadre of certified instructors to meet its operational needs. The contract will be executed as a Firm Fixed Price Blanket Purchase Agreement (BPA) with a base period from September 14, 2025, to September 13, 2026, and includes four option periods extending through September 13, 2030. Interested vendors must submit their quotes by August 29, 2025, at 10:00 AM CDT, and can direct inquiries to Andrea Dailey at amdailey@fbi.gov or Melissa J. Golicz at mgolicz@fbi.gov.

    Point(s) of Contact
    Andrea Dailey
    amdailey@fbi.gov
    Melissa J. Golicz, Contracting Officer
    mgolicz@fbi.gov
    Files
    Title
    Posted
    This Statement of Work outlines the requirement for commercial vendor services to provide Helicopter Certified Flight Instructor (CFI) and Helicopter Certified Flight Instructor-Instrument (CFI-I) training and endorsement for FBI pilots. The objective is to ensure the FBI maintains a sufficient cadre of certified instructors to provide flight training and uphold aviation proficiency and operational readiness. The contract scope specifies the vendor must provide instructors, training, and evaluation services to achieve initial FAA Helicopter CFI or CFI-I certifications for selected FBI pilots. The training for both CFI and CFI-I certifications must adhere to specific FAA regulations and FBI Aviation Regulations Policy Guide standards, including minimum ground and flight training hours, use of approved helicopter models (Bell 206, 407, 429; Airbus EC120, AS350; MD500), and completion within a 14-day period at FAA-approved contractor facilities. The Blanket Purchase Agreement (BPA) has a five-year ordering period from September 2025 to September 2030. Key deliverables include certificates of training, FAA instructor endorsements, and notifications for student failures, course materials, and scheduling. The document also details general requirements for the period and place of performance, hours of work, course scheduling, cancellation policies, and procedures for unsatisfactory academic performance.
    The RFQ 15F06725Q0000464 outlines a requirement for Certified Flight Instructor (CFI) and Certified Flight Instructor-Instrument (CFI-I) training and endorsement. The document details a recurring need for these services across multiple contract line item numbers (CLINs), specifically 0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002, 4001, and 4002. Each CLIN specifies a quantity of one for both CFI and CFI-I training. The request for quotation indicates that this is a solicitation for training services, with the total contract award amount currently listed as zero, implying that pricing will be determined through the bidding process. This RFP aims to procure essential flight instructor training to support federal government needs.
    RFP_15F06725Q0000464, Attachment 3, outlines instructions for submitting quotes for a five-year, firm-fixed priced Blanket Purchase Agreement (BPA) for Certified Flight Instructor – Instrument (CFI-I) Training and Endorsement. Proposals must include a Cover Page/Executive Summary, a Technical Approach Volume I, and a Price Volume II, adhering to strict page limits (2 pages for Cover/Executive Summary, 20 pages for Technical Approach, no limit for Price). Submissions must be electronic, compatible with Microsoft Office 2007, and emailed to both the Contract Specialist and Contracting Officer. The award will be based on the Lowest Price Technically Acceptable (LPTA) method, where Factor 1 (Technical Approach) is rated acceptable or unacceptable, and only technically acceptable offers will be considered for lowest price. Failure to follow format and page limits may result in disqualification.
    The document “RFQ 15F06725Q0000464 Q&A” is a record of questions and answers related to Solicitation/SOW Reference 5F06725Q0000464. This file serves as a clarification document for a federal government Request for Quotation (RFQ). It addresses inquiries from potential bidders regarding the Scope of Work (SOW) for the specified RFQ, providing official government responses to ensure all participants have a clear and consistent understanding of the requirements. The document's structure indicates that it is a direct Q&A log, designed to supplement the original solicitation by resolving ambiguities or providing additional details requested by interested parties. This type of document is crucial in government procurement processes to ensure fairness, transparency, and accurate bid submissions.
    The RFQ 15F06725Q0000464 Q&A document clarifies that the project is a re-compete of a previous award. A question was posed regarding the project's status—whether it was new, an incumbent, or a re-compete—and if any prior award numbers for similar services could be provided. The government's response confirmed that the project is indeed a re-compete and identified the previous award number as 15F06720D0001835, which was awarded to Helicopter Institute Inc. This information is crucial for potential bidders, providing context on the project's history and aiding in their proposal preparation within the framework of federal government RFPs.
    The RFQ 15F06725Q0000464 outlines a request for Certified Flight Instructor (CFI) Training & Endorsement and Certified Flight Instructor - Instrument (CFI-I) Training & Endorsement. The document lists multiple CLINs (Contract Line Item Numbers) from 0001 to 4002, each for a quantity of one, indicating a recurring need or option for these training services. The structure shows a consistent demand for both CFI and CFI-I training, with identical descriptions across various CLINs. The lack of specified unit prices or total contract award amount suggests this document is a template or initial request for quotation, seeking bids for the listed services.
    The RFQ 15F06725Q0000464 is a request for quotation for Certified Flight Instructor_Instrument Training. The document includes the Statement of Work (SOW) reference, solicitation provisions, commodity/services schedule, and instructions to offerors. Key questions and government responses clarify critical aspects of the RFQ. The closing date for submissions is August 29, 2025, at 10:00 CT, as specified in Block 8 of the SF1449. Offerors can submit pricing using either the SF1449 or Attachment 2 Spreadsheet. Section 4 Solicitation Provisions only requires completion of paragraph (b) if annual representations and certifications are completed electronically via SAM.gov; otherwise, paragraphs (c) through (v) must be completed. The established Blanket Purchase Agreement (BPA) ceiling will cover the entire five-year period. Pricing is per student, and if multiple students attend, the total cost will be the per-student price multiplied by the number of students. The government confirmed that a Robinson R66 Turbine-powered Helicopter model cannot be used for training, as aircraft platforms are identified in the SOW.
    This government Request for Quote (RFQ) from the Federal Bureau of Investigation (FBI) solicits proposals for Certified Flight Instructor Training and Endorsement, including Instrument Training and Endorsement. The contract, 15F06725Q0000464, is a set-aside for Small Businesses with a NAICS code of 611512 and a size standard of $34.0 million. The solicitation was issued on August 5, 2025, with offers due by August 29, 2025, at 10:00 CT. The contract is structured as a Firm Fixed Price Blanket Purchase Agreement (BPA) with a base period from September 14, 2025, to September 13, 2026, and four unexercised option periods extending through September 13, 2030. Key clauses include those related to contract terms and conditions, privacy requirements for contractors (DOJ-02), and electronic invoicing through the Invoice Processing Platform (IPP) (FBI-0023). Contractors are required to comply with various federal regulations, including those concerning whistleblower information and safeguarding Personally Identifiable Information (PII).
    This government solicitation, RFP 15F06725Q0000464, issued by the Federal Bureau of Investigation (FBI), is a Request for Quote (RFQ) for Certified Flight Instructor and Certified Flight Instructor - Instrument Training and Endorsement services. Set aside for small businesses, the contract has a NAICS code of 611512 with a size standard of $34 million. The base period of performance is from September 14, 2025, to September 13, 2026, with four unexercised option periods extending through September 13, 2030. The document outlines general contract terms and conditions, including inspection, payment, termination, and dispute resolution. It also includes specific FBI clauses regarding electronic invoicing via the Invoice Processing Platform (IPP), public release of information, organizational conflict of interest, and guidelines for legal holidays and government closures. The contract is structured as a Blanket Purchase Agreement (BPA) with individual orders placed by the Contracting Officer, specifying that invoices must be submitted electronically through IPP and adhere to all applicable federal, state, and local regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Basic Unmanned Aerial System
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential vendors regarding the procurement of a Basic Unmanned Aerial System (UAS), specifically a ruggedized, backpack portable quadcopter. The UAS must meet specific requirements, including a minimum flight time of 30 minutes, compliance with the National Defense Authorization Act (NDAA), an Ingress Protection rating of IP53 or better, video recording capabilities, and an integrated Ground Control Station with a display, all within a target price of $12,000 or less. This initiative is crucial for enhancing the FBI's operational capabilities, and interested parties are invited to submit capability statements by December 23, 2025, and direct any questions to Brian Ames at bames@fbi.gov by December 10, 2025.
    UAS Controlled Via Fiber Optic Cable
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of producing Unmanned Aerial Systems (UAS) that are controlled via fiber optic cable and compliant with the National Defense Authorization Act (NDAA). This Request for Information (RFI) aims to identify potential suppliers who can meet these specifications, emphasizing the need for UAS that operate effectively between the aircraft and the Ground Control Station (GCS). The procurement is crucial for enhancing operational capabilities in surveillance and reconnaissance missions. Interested parties, both small and large businesses, must submit capability statements by December 23, 2025, and direct any questions regarding the RFI in writing by December 10, 2025, to Brian Ames at bames@fbi.gov.
    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.
    Credibility Assessment
    Buyer not available
    The U.S. Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to award a sole source contract to Credibility Assessment Solutions (CAS) for a specialized three-day training course. This training is aimed at enhancing the skills of personnel within the Behavioral Analysis Unit (BAU) and the Critical Incident Response Group (CIRG), focusing on credibility assessment techniques. The procurement is valued at approximately $20,000 and is scheduled to take place from March 7 to March 9, 2023. Interested parties may express their interest and capabilities by contacting the primary point of contact, Mona Lisa Brown, at mbrown9@fbi.gov, or the secondary contact, Christa Siddons, at cssidons@fbi.gov, by 10:00 AM Eastern Time on March 10, 2023.
    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.
    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.
    Military Free Fall Training Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a Firm Fixed Price indefinite delivery indefinite quantity (IDIQ) contract for Military Free Fall (MFF) Training Support Services for the Commander, Explosive Ordnance Disposal Group TWO (COMEODGRU TWO). The contractor will be responsible for providing fully qualified Accelerated Free Fall Instructors, parachute riggers, and other personnel necessary for instructional support and quality assurance inspection related to the course of instruction. This procurement is crucial for maintaining the operational readiness and training standards of military personnel involved in explosive ordnance disposal operations. The solicitation is expected to be available on or around February 2, 2026, and interested contractors should direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.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.
    Facilities Technology Management
    Buyer not available
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) for its Facilities Technology Management (FTM) initiative. The primary objective is to gather insights and capabilities for contractor support related to TRIRIGA operations and maintenance until its End of Life in September 2027, as well as to conduct a comprehensive system assessment to optimize the FBI's facilities technology portfolio. This assessment will evaluate existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment to recommend optimal systems and develop an agile implementation plan for transitioning away from TRIRIGA. Interested vendors are required to submit a capabilities statement by December 19, 2025, and may have the opportunity to participate in a Reverse Industry Day for select vendors. For further inquiries, interested parties can contact Tammy Clark at tjclark2@fbi.gov or Marie Agrinzoni at meagrinzoni@fbi.gov.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.