Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
ID: H9224026Q2001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Special Warfare Command requires First Person View (FPV) training for Unmanned Systems (UxS) operators. This Performance Work Statement (PWS) outlines a need for commercial vendors to provide Initial Qualification Training (IQT) for up to six personnel biannually. The ten-day, 80-hour course will cover FPV system fundamentals (35 hours), supervised build instruction including soldering and software configuration (5 hours), and 40 hours of supervised flight instruction across various environments, culminating in a capstone exercise. The contractor must provide all materials, facilities, a student piloting kit with components for two FPV sUAS, and a Certificate of Completion. Key deliverables include a Course Schedule/Training Plan and Certificates of Completion. Safety is paramount, requiring Operational Risk Management (ORM) assessments, compliance with FAA regulations, and availability of emergency medical services. The government reserves the right to perform quality assurance inspections.
    The document addresses questions and responses related to a government solicitation for FPV drone training. Key topics include the types of FPV drones to be used, the format of academic materials, the eligibility of foreign national instructors, and the location of the training facility. The government's responses indicate that specific drone platforms are not requested, but critical components should be NDAA compliant. While electronic copies of course materials are acceptable for students to keep, the initial delivery should be in person. Instructor qualifications and facility location will be evaluated based on the offeror's ability to meet or exceed the PWS requirements for a best value award decision. There are no additional documentation requirements for foreign national subcontractor personnel beyond standard work authorizations, and real-world combat experience will be evaluated based on PWS alignment. Geographic preferences or restrictions for the training facility location are also subject to PWS evaluation.
    The government solicitation H92240-26-Q-2001 is a combined synopsis/solicitation for commercial items, specifically for training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft systems (sUAS). This request for quotation (RFQ) intends to award a Firm-Fixed-Price contract set aside for 100% Service-Disabled Veteran Owned Small-Businesses (SDVOSB). The NAICS code is 611699 with a size standard of $16.5M. Offers will be evaluated based on technical capability (significantly more important) and price. Key submission requirements include a 10-page technical narrative, pricing for CLINs 0001 (initial training), 1001 (Option Year 1), and 2001 (Option Year 2), and adherence to various FAR, DFARS, and SOFARS clauses, including specific representations for telecommunications equipment and business ownership. Funds are not currently available, making the government's obligation contingent on future appropriations. Quotes and questions must be submitted via email to jeffrey.s.morris.civ@socom.mil by specified deadlines.
    Lifecycle
    Similar Opportunities
    United States Special Operations Command (USSOCOM) small Uncrewed Multidomain Systems (sUMS) Medium Range/Medium Endurance (MR/ME) Event 2026
    Buyer not available
    The United States Special Operations Command (USSOCOM) is seeking information from qualified sources regarding the development of small Uncrewed Multidomain Systems (sUMS) for the Medium Range/Medium Endurance (MR/ME) Event scheduled for 2026. The procurement aims to explore industry capabilities for MR/ME Uncrewed Aerial Systems (UAS) that meet specific operational requirements, including a maximum weight of 55 pounds, a range of approximately 20 kilometers, and an endurance of at least two hours, while operating effectively in various environmental conditions. This initiative is critical for enhancing the operational capabilities of Special Operations Forces (SOF) and will involve a series of evaluations and demonstrations leading up to the event. Interested manufacturers must submit their responses to the Request for Information (RFI) by December 11, 2025, and can direct inquiries to Nicholas Anderson at nicholas.d.anderson.civ@socom.mil or by phone at 813-826-7137.
    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.
    Pre-Solicitation Notice for RPA Development and Training Support - N66001-25-R-0064
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is preparing to solicit proposals for RPA Development and Training Support under the pre-solicitation notice N66001-25-R-0064. This procurement aims to enhance capabilities in the development and training of Remotely Piloted Aircraft (RPA), which are critical for various defense operations. The opportunity is set aside for Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting diverse business participation. Interested vendors can reach out to Derek Barnhart at derek.d.barnhart.civ@us.navy.mil or call 619-553-9097 for further details as they prepare for the upcoming solicitation.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    Competitive Basic Ordering Agreements (BOAs) for Unmanned Aircraft System (UAS) Contractor Owned Contractor Operated (COCO) Intelligence, Surveillance, and Reconnaissance (ISR) Services, (PMA-263)
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIRSYSCOM), is seeking to establish Competitive Basic Ordering Agreements (BOAs) for contractor-owned, contractor-operated Unmanned Aircraft System (UAS) Intelligence, Surveillance, and Reconnaissance (ISR) services. The procurement aims to provide UAS ISR capabilities to support multiple combatant commands, requiring contractors to supply trained personnel, non-developmental UAS equipment, and operational support for around-the-clock ISR missions. These services are critical for domestic and coalition military operations, addressing urgent operational needs and fleet requirements. Interested parties can reach out to Heather Buckler at heather.m.buckler.civ@us.navy.mil or Kristen Ferro at kristen.w.ferro.civ@us.navy.mil for further information, noting that this notice is for informational purposes only and does not constitute a request for competitive proposals.
    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.
    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.
    CH-53K HMHT-302 Training Program Curriculum Revisions - Sources Sought Notice
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide curriculum sustainment transition services for the U.S. Marine Corps Heavy Helicopter Training Squadron (HMHT-302) and Heavy Helicopter Squadron (HMH-461). The procurement aims to sustain operator and maintenance training curricula for the CH-53K helicopter, including the development and revision of Interactive Multimedia Instruction (IMI) levels 1-4. This initiative is critical for maintaining the operational readiness and effectiveness of the Marine Corps' heavy lift capabilities. Interested parties must respond by November 20, 2025, detailing their capabilities and relevant experience, as the anticipated Request for Proposal (N6134026R0013) is expected to be released in the second quarter of 2026, with a contract performance period of 48 months. For further inquiries, contact Caitlyn Ersek at caitlyn.e.ersek.civ@us.navy.mil or Evan Denove at evan.t.denove.civ@us.navy.mil.
    Drone Dominance Program - Request for Information
    Buyer not available
    The Department of Defense, through the Department of the Navy's NSWC Crane, is issuing a Request for Information (RFI) for its Drone Dominance Program, aimed at enhancing the production of low-cost small unmanned aerial systems (sUAS) for One-Way Attack (OWA) missions. The program seeks to rapidly scale the manufacturing of U.S.-made sUAS to support warfighting capabilities, with a planned investment of $1 billion in fixed-price orders over four phases within the next two years, utilizing 10 U.S.C. 4022. This initiative is critical for ensuring that every warfighter has access to affordable and effective sUAS, thereby strengthening the U.S. industrial base. Interested vendors are encouraged to respond to the RFI by submitting their insights on production challenges and capabilities via a standardized online form, with responses due by December 17, 2025, and the first phase of the Gauntlet challenge set to commence on February 16, 2026.
    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.