U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS)
ID: N6134024R0049Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

TRAINING AIDS (6910)
Timeline
    Description

    The Department of Defense is seeking procurement of supplies and services to support the U.S. Navy's Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This initiative aims to provide both range-tethered and untethered air combat training capabilities, featuring secure air-to-air and air-to-ground data links, and includes various subsystems such as the Airborne Subsystem, Ground Subsystem, Remote Range Unit Subsystem, and Portable Support Equipment Subsystem. The TCTS II system is critical for enhancing tactical training environments and interoperability with existing range infrastructures, ensuring effective training for multiple aircraft types. Interested parties can reach out to Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or 407-380-4243, or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil for further details. Key deadlines include a draft RFP on September 5, 2025, an RFP on September 22, 2025, and a contract award anticipated for August 19, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    Undergraduate Jet Training System (UJTS) Request for Information March 2025
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, is seeking information regarding the Undergraduate Jet Training System (UJTS) program, aimed at enhancing jet training for U.S. Navy and Marine Corps aviators. The procurement will focus on Engineering, Manufacturing, and Development (EMD) of the UJTS solution, along with the initial procurement of Low-Rate Initial Production (LRIP) aircraft and ground-based training systems, with an emphasis on achieving speed to Initial Operational Capability (IOC) and quality of training. This initiative is critical for replacing the T-45 Combined Multi-Service Pilot Training System, ensuring that the U.S. military maintains high standards in pilot training. Interested parties should note that the Request for Proposal (RFP) is expected to be released in late February 2026, with a contract award projected for the second quarter of fiscal year 2027. For further inquiries, respondents can contact Thomas Conrow at thomas.w.conrow.civ@us.navy.mil or Brandon Rider at brandon.f.rider.civ@us.navy.mil.
    Tower Simulation System (TSS) Tech Refresh
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking information from potential vendors regarding the Tower Simulation System (TSS) Tech Refresh. This Sources Sought notice aims to identify capabilities and solutions for refreshing the TSS, which is critical for training and operational readiness within naval operations. The procurement is focused on enhancing the existing training aids, classified under PSC code 6910, to ensure they meet current technological standards and operational requirements. Interested parties are encouraged to reach out to Wyatt Nunes at wyatt.k.nunes2.civ@us.navy.mil or 407-380-8172, or Allison Laera at allison.m.laera.civ@us.navy.mil or 407-380-4659 for further details and to express their interest in this opportunity.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    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.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    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.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Dept Of Defense
    The Department of Defense, through the Army, is seeking contractors for the Army Targetry Systems (ATS) III, which involves Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) base contracts. This procurement aims to support the development and provision of armament training devices, which are critical for military training and operational readiness. The contract, identified as W56HZV-18-D-0001, has been modified to enhance the capabilities of the ATS III program, ensuring that the Army has access to the necessary training systems. Interested parties can reach out to Delaney Tepel at delaney.e.tepel.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further information regarding this opportunity.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.