Cyber Operations Formal Training Support (CyOFTS) III
ID: FA8773-25-R-0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8773 AIR COMBAT COMMAND 38 CONSTINKER AFB, OK, 73145-2713, USA

NAICS

Computer Training (611420)

PSC

EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT (U008)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Air Combat Command, is seeking proposals for the Cyber Operations Formal Training Support (CyOFTS) III contract, aimed at providing comprehensive training for Total Force Airmen in Cyber and Information Operations. The contract will support the 39th Information Operations Squadron by enhancing initial and advanced qualification training, focusing on curriculum development, instructional delivery, and administrative support, while ensuring compliance with Department of Defense standards. This competitive acquisition is set aside for 8(a) small businesses, with a total potential value of up to $485 million over multiple ordering periods, although no minimum orders are guaranteed. Proposals are due by July 25, 2025, at 10:00 AM CDT, and interested parties can direct inquiries to Melissa Mitchell at melissa.mitchell.7@us.af.mil or Melissa Blair at melissa.blair.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Cyber Operations Formal Training Support III (CyOFTS III) document outlines the requirements for contractor services to support the 39th Information Operations Squadron (39 IOS), focusing on training for Cyber Operations (CO) and Information Operations (IO). The primary goal is to provide subject matter expertise and resources that enhance training missions, which include Initial Qualification Training (IQT) and advanced instruction across various domains such as Cyberspace and Information Warfare. The document emphasizes the need for qualified personnel to assist in course planning, instruction, curriculum development, and administrative support. It stipulates that services provided must align with Department of Defense standards, including compliance with relevant security and quality control measures. Key performance areas include training mission support, curriculum development, and student evaluation. Moreover, the document highlights the contractor's responsibilities for managing workforce qualifications, ensuring quality assurance, and maintaining effective communication with government representatives. Contractors must adhere to defined transition processes for personnel and maintain continuous compliance with training and operational guidelines. Overall, this contract aims to facilitate the U.S. Air Force's strategic training capabilities in a complex and evolving cyber environment, ensuring the readiness of personnel engaged in military cyberspace operations.
    The Cyber Operations Formal Training Support III (CyOFTS III) outlines contractor requirements to assist the 39th Information Operations Squadron (39 IOS) in providing comprehensive training for Cyber Operations and Information Operations. The contract aims to enhance initial and advanced qualification training for Total Force Airmen involved in planning and executing tasks vital to U.S. cybersecurity efforts. Contractors will be responsible for various functions, including curriculum development, course planning, administrative support, technical writing, and facility management, using proven instructional methodologies. The document stipulates a non-personal services contract where the contractor manages its personnel, ensuring all employees meet necessary qualifications and certifications, including compliance with security standards. A significant focus is on maintaining high-quality training through continuous evaluations, development of instructional materials, and effective management of course logistics. Special emphasis is also placed on contractor supervision, quality assurance, and measurable outcomes in training effectiveness. Overall, CyOFTS III represents a strategic initiative to bolster U.S. cyber capabilities through structured training support.
    The document serves as a solicitation for a Department of Defense (DoD) contract, focusing on security classifications and requirements for safeguarding classified information in technical and engineering tasks. It specifies that the contractor must have a Top Secret Facility Security Clearance (FCL) and outlines the necessary safeguarding protocols for classified materials. The contract involves providing support for the design, development, and sustainment of specialized information technologies and global systems, ensuring enhancements to operations and systems integration. The document emphasizes security measures, including special briefings for access to intelligence information and the need for written approval prior to subcontracting. Additionally, it details the role of the Cognizant Security Office in overseeing compliance. The overall goal is to maintain the integrity of classified information while enabling effective inter-agency support and collaboration, showcasing the government's committed approach to secure defense contracts.
    The document outlines the Contract Data Requirements List (CDRL) for solicitation number FA8773-25-R-0002, specifically focusing on the CyOFTS III project. It identifies various required data items, including a Student Guide, Lesson Strategy Report, Instructor Plan, Syllabus, Project Planning Chart, and monthly reporting requirements like the Contractor's Progress and Status Report. Each item includes detailed instructions regarding submission formats, frequency, and essential content, which must adhere to established government standards. The CDRL serves as a directive for contractors, stipulating deliverables such as technical reports and training plans essential for the project's success. Furthermore, it emphasizes compliance with oversight procedures, including the need for inspection, submission timelines, and distribution arrangements. By outlining the specific requirements associated with this government-funded project, the document intends to ensure clarity and consistency in deliverables, enhancing accountability and project management. This structured approach is characteristic of government RFPs, underscoring the importance of precise requirements in public sector agreements.
    The document is a reference list for Contract Data Requirements Lists (CDRLs) associated with solicitation number FA8773-25-R-0002, focusing on the CyOFTS III project. It outlines various data item requirements, including student guides, lesson strategy reports, instructor plans, syllabi, project planning charts, and monthly status reports, among others. Each item is categorized and linked to specific coding, submission timelines, and preparation formats, ensuring compliance with established government standards. Additionally, the document emphasizes the importance of structured reporting on contractor progress, instructor certifications, and risk management related to cybersecurity. There are guidelines for the format and frequency of submissions, as well as details on inspection, approval procedures, and the necessity for data accuracy and formatting compliance following federal standards. This comprehensive structure serves to facilitate oversight and ensure quality in project execution under federal contracts, highlighting the government’s commitment to transparency and accountability in procurement processes.
    The CyOFTS III Pricing Matrix document outlines the requirements for submitting pricing in response to federal Requests for Proposals (RFPs) and grants. It specifies that the pricing must be presented in an Excel spreadsheet format containing formulas to auto-calculate costs, particularly for labor categorized under various Contract Line Item Numbers (CLINs). Offerors are instructed to input their company information and proposed fully burdened labor rates. The total evaluated price will be automatically calculated based on these inputs across multiple tabs that categorize labor requirements, travel expenses, and other direct costs. The pricing structure incorporates labor categories ranging from Program Managers to Cybersecurity Instructors, each with a designated fully burdened labor rate and expected quantities over a specified performance period. It also highlights that certain costs like travel and contractor-acquired property will adhere to pre-established ceilings, disallowing profit margins on specific reimbursable categories. The document underlines the importance of a thorough cost realism evaluation to ensure the proposed pricing aligns with historical data and anticipated efforts. This structured approach aids in consistent evaluations for qualifying contractors in federal projects, facilitating budget allocation and resource management.
    The document outlines the pricing matrix instruction for the CyOFTS III program, which includes specifications for submitting proposals through an Excel spreadsheet format. Offerors must enter their company details and fully burdened labor rates across various labor categories and contract line item numbers (CLINs) in designated tabs. The pricing matrix features automatic calculations for total evaluated costs, ensuring that all inputs reflect necessary adjustments for labor rates and travel expenses while adhering to federal guidelines prohibiting profit on travel and certain direct costs. The instructional section emphasizes the importance of maintaining integrity in submissions, including historical pricing for evaluation purposes, with a detailed list of labor categories expected for the project. The focus on rigor in pricing delineation reflects a commitment to transparency and equitable assessment in government procurement processes. This document serves as a guiding framework for contractors to present competitive and compliant bids for government contracts.
    The document outlines the instructions for completing the CyOFTS III Pricing Matrix, essential for federal proposals. Offerors must submit pricing in an Excel format, ensuring no locked cells and including their company name and cage code. The matrix consists of several tabs detailing the pricing structure, including input for labor categories, transition costs, and automatic price calculations for various categories based on specified formulae. Key points include: 1. **Pricing Input**: Offerors must enter fully burdened labor rates across multiple labor categories and detail transition costs with proper location specifications. 2. **Automated Calculations**: The pricing table automatically calculates extended prices and total evaluated prices based on Offeror inputs, with guidance to ensure accuracy in prices linked through various tabs. 3. **Restrictions on Costs**: Notably, profit is not permissible on travel, contractor-acquired property, and other direct costs, which are specified as cost-reimbursable. The document serves as a comprehensive guide for Offerors, ensuring clarity on submission requirements to guarantee compliance with government contracting standards. Understanding these instructions is vital for successful navigation through the proposal process in federal and state local RFP contexts.
    The Cyber Operations Formal Training Support (CyOFTS) III program seeks a contractor to provide comprehensive training for Total Force Airmen in Cyber and Information Operations. The government intends to award a single indefinite delivery/indefinite quantity contract through a competitive 8(a) solicitation, prioritizing the best value as stated in the evaluation factors. Proposals must be thorough and comply with the requirements set in the Performance Work Statement (PWS). Key aspects include a clear technical proposal outlining methodologies, a Management Plan/Staffing Plan, and a Past Performance Volume that evaluates relevant prior contracts. Proposals should demonstrate facility security clearance and a commitment to joint performance among team members. The Price Volume must reflect reasonable and realistic pricing without including unnecessary information. Also, electronic submissions are required via DoD SAFE, adhering strictly to specified formats and deadlines. The file emphasizes the importance of clarity, completeness, and compliance throughout the proposal submission process, highlighting that non-adherence may result in ineligibility for award. The document serves as a structured guide for offerors to craft their submissions effectively, ensuring they align with government expectations and regulatory standards.
    The document outlines the request for proposals (RFP) for Cyber Operations Formal Training Support (CyOFTS) III by the 39th Information Operations Squadron. The aim is to secure a contractor to provide Initial Qualification Training and advanced training for Total Force Airmen in Cyber and Information Operations. A single Indefinite Delivery/Indefinite Quantity (ID/IQ) contract will be awarded based on best value, with compliance to the Performance Work Statement (PWS) as critical. Proposal preparation guidelines emphasize clarity, completeness, and compliance, with a 365-day acceptance period. The proposal format consists of four volumes: Technical, Past Performance, Price, and Contract Documentation, each with specific content requirements and page limits. Key evaluation factors include the Offeror's capacity to meet technical standards and demonstrate past performance relevancy. Proposals are to be submitted electronically via DoD SAFE, with strict adherence to specified procedures to ensure eligibility. The document details the expectations for contractor qualifications, including necessary security clearances, management plans, pricing methodologies, and past contract performance information. It emphasizes the importance of addressing potential discrepancies and maintaining communication throughout the evaluation process. Overall, the RFP illustrates the government's structured approach to acquiring necessary training services in a highly specialized domain.
    The Cyber Operations Formal Training Support (CyOFTS) III is a competitive acquisition set aside for small businesses. The contract will be awarded based on a tradeoff source selection process prioritizing the best value for the government. Proposals will be evaluated on technical acceptability, past performance, and price, with technical factors being most critical. A facility security clearance is mandatory, and an acceptable management plan must demonstrate personnel management, continuity of service, and transition capabilities. Past performance evaluations will assess an Offeror's success in completing similar contracts within the last five years, with particular emphasis on relevancy and quality. Price proposals must demonstrate reasonableness, completeness, and realism, evaluated against a total evaluated price (TEP). The government reserves the right to award contracts based on more highly rated, pricier proposals if justified. Ultimately, only technically acceptable proposals will advance in the evaluation process, which includes subjective assessments backed by regulations in FAR and DFARS.
    The Cyber Operations Formal Training Support (CyOFTS) III initiative is a competitive acquisition set aside for 8(a) small businesses, utilizing tradeoff source selection procedures to determine the best value award. Proposals will be evaluated based on technical requirements, past performance, and price, with a focus on technical acceptability as a prerequisite for further consideration. Key evaluation factors include the Offeror's facility security clearance and management/staffing plan. The past performance assessment will rate the Offeror’s capability based on recent and relevant outcomes, with an emphasis on the quality of work and completion of contract requirements. Price evaluations will assess reasonableness, completeness, and realism, determining if proposals meet the government’s cost expectations. Only one contractor is expected to be awarded; however, the government reserves the right not to proceed if proposals do not meet requisite standards or funding is unavailable. The selection process reflects a blend of thorough technical assessments and professional judgment, ensuring that the government secures a contractor capable of fulfilling its operational objectives while adhering to federal guidelines for procurement.
    The Cyber Operations Formal Training Support (CyOFTS) III contract aims to support the 39 Information Operations Squadron by providing subject matter expertise for training in Cyberspace Operations (CO) and Information Operations (IO). The contract will facilitate Initial Qualification Training and advanced training for Total Force Airmen, focusing on integrating military tactics with civilian technology to enhance national defense capabilities. The solicitation is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, anticipated to be issued on May 19, 2025, with responses due by June 20, 2025. The contract will cover a period of performance of 5 years and 6 months, including a transition period, a base period, and four ordering periods. Notably, this procurement is set aside for 8(a) small businesses to encourage participation, and performance will primarily occur at designated government facilities in Florida, Texas, and Mississippi. The document outlines the contract structure, including types of anticipated costs and contract line items. The use of electronic procedures for solicitation aims to ensure transparency and accessibility for interested vendors.
    The document FA8773-25-R-0002 outlines responses to inquiries regarding the CyOFTS III acquisition, focusing on clarification of the RFP and evaluation criteria. Key issues addressed include facility security clearances, the relevancy assessment for past performance contracts, and submission guidelines for proposals. Notably, the Government will evaluate past performance based on contracts valued over $50 million, and aggregate assessments involving both prime contractors and significant subcontractors. The Government emphasizes strict adherence to submission guidelines regarding page limits and document formatting, addressing common concerns regarding line spacing and table presentation within proposals. Clarity was also provided on the role of Joint Ventures (JVs), including past performance evaluations and security clearance requirements. Additionally, updates to the PWS to improve document legibility and consistency were noted, along with articulation of technical volume requirements, pricing matrix adjustments, and expectations for labor categories. The overall direction reflects the Government's intention to streamline the evaluation process while ensuring compliance with regulatory frameworks. Importantly, feedback on various components, including facility security and pricing expectations, aims to create a fair and competitive proposal environment for prospective contractors.
    The CyOFTS III RFP (FA8773-25-R-0002) outlines requirements for proposal submissions, emphasizing that proposals are due on July 25, 2025. Key clarifications address the necessity for Offerors to have a compliant Government accounting system, but they are only required to provide a description and evidence of such compliance, rather than an existing DCAA audit. The document also highlights that the updated Price Matrix allows for additional Labor Categories (LCATs) and that Offerors must complete specific sections, including essential contract clauses. Further instructions specify that Offerors need not include Contractor Performance Assessment Reports (CPARS) as part of their Past Performance Information Forms (PPIF), as the Government will conduct its independent searches. The Government clarified formatting concerns, stating that the proposal must comply with specified instructions, including details within the Price Matrix, which remains locked in certain tabs, necessitating compliance in layout and data fidelity. Overall, the document underscores the importance of adhering to solicitation requirements for eligibility and compliance in the proposal process, while accommodating specificity in pricing and reporting requirements.
    The document is an amendment to a federal solicitation, specifically extending the deadline for offers. The original due date of June 20, 2025, at 10:00 AM CDT has been extended to July 25, 2025, at 10:00 AM CDT. It outlines required actions for offerors to acknowledge the amendment, which can be done by completing specified items in the document or through electronic communication referencing the amendment. All other terms and conditions of the original solicitation remain unchanged and in full effect. This amendment serves to facilitate better competition and provide more time for potential contractors to submit their offers, reflecting the government’s intention to encourage thorough responses to its solicitation.
    The document details an amendment to a federal solicitation for proposals (RFP), specifically for solicitation number FA8773-25-R-0002. The amendment extends the proposal due date from June 20, 2025, to July 25, 2025, while maintaining all other terms and conditions unchanged. It specifies that acknowledgment of receipt of this amendment must be confirmed by the offerors before the new deadline. Additionally, the amendment includes an update to several attachments relevant to the solicitation, altering their descriptions and dates. The document outlines the procedures for how contractors should acknowledge the amendment and provides explicit instructions for submitting changes to existing offers if necessary. It reflects standard practices in federal contracting and procurement processes, ensuring clarity and compliance for participating contractors. Overall, this amendment serves to extend timelines and update documentation to facilitate the ongoing solicitation process.
    This document outlines an amendment to a government solicitation, specifically the amendment FA877325R0002, which extends the solicitation process and modifies contract details. The amendment requires bidders to acknowledge receipt of changes to avoid offer rejection. Key updates include changes to Attachment 4, the Pricing Matrix, with a new date of July 17, 2025, while other relevant attachments remain unchanged. The proposal due date is maintained as July 25, 2025, at 10:00 AM CDT. The document emphasizes that all other terms and conditions from the original solicitation remain unchanged. The structure follows a standard format for government amendments, with clear sections detailing the reasoning for modifications and instructions for acknowledgment by contractors. This amendment is essential for ensuring all bidders are aware of the updated pricing information and maintaining integrity in the bidding process for federal contracts.
    The document outlines a Past Performance Information Form (PPIF) required for federal solicitations, detailing the specifics contractors must provide regarding their previous work. Offerors are instructed to submit up to five PPIFs for the prime contractor and three for each significant subcontractor. Key information requested includes the offeror's name, contract details, performance assessment availability, completion dates, and customer points of contact. The form also asks for a brief description of the work done, the nature of the contract, and any unique technical aspects related to that contract. Additionally, it requires identification of key personnel involved in the project and their roles, along with the percentage of work to be performed by the reporting business entity. This structured approach aims to evaluate the past performance of contractors in relation to their proposed efforts in new government projects, ensuring accountability and assessing their capability for successful execution.
    The document is a Past Performance Questionnaire intended for evaluating contractor performance on government contracts. It includes sections for contract identification, customer agency details, respondent identification, and performance ratings. Key areas assessed include curriculum development, cyber range support, instructional delivery, instructor certification, quality management, adaptability to technology changes, contract management effectiveness, conflict resolution, and workforce management. Respondents must rate contractor performance using a defined scale ranging from 'Exceptional' to 'Unsatisfactory,' accompanied by supporting information for lower ratings. A section is included for general comments on the contractor's overall performance. The completed questionnaire must be returned to designated contracting officers, underscoring the importance of structured evaluation in government contract oversight. This document emphasizes accountability in contractor performance, ensuring compliance with contract requirements and quality standards essential for public resources.
    The document outlines a Request for Proposal (RFP) for the Cyber Operations Formal Training Support (CyOFTS) III contract, designated as FA877325R0002. It encompasses a multi-year indefinite delivery/indefinite quantity contract tailored for 8(a) Small Businesses, covering a transition period of two months and a base period of ten months, with four additional one-year ordering periods. The total value of orders under this contract can reach up to $485 million, although there's no guarantee of minimum orders. Key services include recurring support for the 39 IOS in accordance with the Performance Work Statement (PWS). Various Contract Line Item Numbers (CLINs) detail specific services offered, such as surge support, travel reimbursement, contractor-acquired property, and other direct costs, all adhering to specified pricing arrangements. The contract aims to provide comprehensive training and support while prioritizing compliance with relevant government regulations and oversight. Overall, this RFP emphasizes structured procurement processes, allocation of responsibilities, and strict adherence to quality and performance standards, crucial for any awarded contractor to successfully deliver designated services under governmental guidelines.
    Similar Opportunities
    16th Air Force Commercial Solutions Opening
    Dept Of Defense
    The Department of Defense, specifically the 16th Air Force, is issuing a Commercial Solutions Opening (CSO) to solicit innovative solutions aimed at enhancing the Air Force Information Network (AFIN) operations and Defense Cyberspace Operations (DCO). The primary objective is to address evolving cyber threats by improving resource allocation, addressing skill gaps, and enhancing training and defensive cyber capabilities. This opportunity is crucial for acquiring advanced technologies and services that can streamline operations and bolster the Air Force's mission capabilities. Interested parties can submit proposals for Call 0005, which is open for submissions from December 12, 2025, to January 26, 2026, and should contact Carissa Heuertz or Brian Cook at 16af.cso.workflow@us.af.mil for further information.
    67 CW IW Training
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking professional services for the "67 CW IW Training" project at Joint Base San Antonio-Lackland in Texas. The objective of this procurement is to conduct an education and design study that will determine the future organizational schema for the 67th Cyberspace Wing (CW) and inform the development of courses of action for the 16th Air Force, aligning with the goals set during the Senior Leader Summit to enhance Information Warfare (IW) capabilities. This initiative is crucial for maturing IW strategies and ensuring effective results delivery. Interested parties can reach out to Cathy Summers at cathy.summers@us.af.mil or call 405-734-5410 for further details regarding this opportunity.
    RFI - CYBERSPACE OPERATIONS FORCES AND SUPPORT (COF) II
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information for the Cyberspace Operations Forces and Support (COF) II contract, aimed at enhancing cybersecurity defense for its enterprise. The procurement will focus on providing comprehensive cybersecurity services, including boundary defense, intrusion detection, incident management, and cyber threat analysis, with an emphasis on continuous improvement and compliance with Department of Defense standards. This contract is critical for national security, supporting operations across USTRANSCOM, Air Mobility Command, and Army Transportation Command, and will require 24/7 on-site support for various cybersecurity activities. Interested parties are encouraged to submit white papers detailing their capabilities and insights by December 22, 2025, as the current contract valued at approximately $35.5 million is set to expire in September 2026, with the new contract anticipated to run from October 2026 to September 2031. For further inquiries, contact Jonathan Severin at jonathan.a.severin.civ@mail.mil.
    Advanced Cyber Effects for Strategic Operations (ACESO)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking white papers for the Advanced Cyber Effects for Strategic Operations (ACESO) program under the Advanced Research Announcement (ARA) FA8750-25-S-7005. This initiative aims to develop cyber operations prototypes that can be transitioned into operational DoD platforms to enhance superiority in the Cyber Domain, focusing on technologies such as assured and zero-trust infrastructure, Command, Control, Communications, Computers, and Intelligence (C4I), and Offensive Cyber Operations. With an estimated total funding of approximately $950 million, individual awards are expected to range from $10 million to $50 million, with the potential for awards up to $99.98 million, and the program is open for submissions until July 10, 2030. Interested parties should direct technical inquiries to Tanya Macrina at AFRL.RI.ACESO@us.af.mil and business inquiries to Amber Buckley at Amber.Buckley@us.af.mil.
    MAFT (IFT-R)
    Dept Of Defense
    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.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    Joint Cyber Command and Control - ANTICIPATED ACQUISITIONS - UPDATE SEPTEMBER 2025
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is anticipating acquisitions related to the Joint Cyber Command and Control (JCC2) program, with updates provided as of September 2025. The procurement encompasses three key areas: the JCC2 Cyber Operations (JCO) platform, which enhances mission orchestration and decision-making through advanced data synthesis; the Joint Cyber Command and Control Readiness (JCC2-R) initiative aimed at rapid capability development and operational readiness; and the Enterprise Service Center (ESC) for AWS cloud system administration and support. The JCO is already operational, while the JCC2-R is expected to have a solicitation release on June 4, 2025, with an estimated award in September 2025. Interested parties can direct inquiries to Kevin Grant at kevin.grant.10@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    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.
    Defensive Cyber Operations (DCO) Hunt & Clear (HAC) 1.5
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide support for Defensive Cyber Operations (DCO) through the Hunt & Clear (HAC) 1.5 initiative. This contract action is a direct award under the GSA OASIS IDIQ and aims to assist the 33rd Cyber Operations Squadron in executing its mission related to Air Force Defensive Cyberspace Operations, which is critical for supporting unified commands and their combatant commanders. The performance will take place at Joint Base San Antonio (JBSA) Lackland in Texas, and interested parties can reach out to Tara N. White at tara.white.8@us.af.mil or Kaela Bean at kaela.bean@us.af.mil for further inquiries. The contract details and funding specifics are outlined in the associated documentation.