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: Presolicitation
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, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is preparing to solicit proposals for the procurement of supplies and services to support the U.S. Navy's Tactical Combat Training System Increment II (TCTS II) and the U.S. Air Force's equivalent P6 Combat Training System (P6CTS). This contract will focus on Full Rate Production for TCTS II, which is critical for enhancing combat training capabilities for both branches of the military. The anticipated contract will be structured as a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period, and interested vendors must be registered in the System for Award Management (SAM) to be eligible for award. For further information, including access to technical documents, interested parties should contact Kurt Susnis at kurt.susnis@navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil, and monitor SAM.gov for updates, with a final solicitation expected around December 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the requirements and procedures for requesting and handling technical documents related to Solicitation N6134024R0049, "TCTS II." It details a Non-Disclosure Agreement (NDA) to govern the disclosure of sensitive information provided by the Naval Air Warfare Center Training Systems Division (NAWCTSD). Key provisions include the types of technical documents available (Draft Performance Work Statement and Specification), methods of dissemination (CD, DoD SAFE, Government technical library), and strict procedures for requesting these documents. Offerors must submit a signed request, identify all personnel with access (including subcontractors), and adhere to export control regulations. The NDA mandates the return or certified destruction of all documents upon contract award, cancellation, or government request. It also emphasizes precautions to prevent unauthorized disclosure, compliance with ITAR and EAR, and the flow-down of NDA terms to subcontractors. The contractor section requires company acknowledgment of these terms, lists personnel granted access, and specifies shipping addresses for both export and non-export controlled materials. The government section outlines review criteria for requests and tracking procedures for document distribution and return.
    Similar Opportunities
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Buyer not available
    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)
    Buyer not available
    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.
    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.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    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.
    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.
    Army Targetry Systems (ATS) III, Multiple Award (MA), Indefinite- Delivery Indefinite-Quantity (IDIQ) base contracts
    Buyer not available
    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.
    Final Request for Proposal under FTSS V MAC Lot 1
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is issuing a Final Request for Proposal under the Fielded Training Systems Support (FTSS) Multiple Award Contract (MAC) V Lot 1 for Contractor Instructional Services for Naval Air Forces Atlantic Fleet (CISLANT). This procurement aims to support training devices at various sites, including NS Norfolk, NAS Oceana, NAS Jacksonville, and NS Mayport, with a performance period of 60 months, starting with mobilization on July 1, 2026. The selected contractor will provide essential instructional services for military training, ensuring the effective operation and maintenance of critical training aids and devices. Interested FTSS V MAC holders must contact Lynn Carlson at lynn.a.carlson4.civ@us.navy.mil or call 407-694-6394 to access the necessary documents and further details regarding the proposal.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    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.
    ATS FIELD TRAINING SYSTEM SUPPORT SERVICES
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center in San Diego, is conducting a market survey to identify capable businesses for the ATS Field Training System Support Services contract. This procurement aims to secure support services for Aircrew Training Systems at the Naval Air Station in San Diego, California, with a focus on enhancing the acquisition process and potentially setting aside opportunities for small businesses. The anticipated contract will be a Firm Fixed Price type with a 12-month base period and four option periods, requiring approximately one full-time equivalent per year, estimated at 1912 hours. Interested parties must submit a capability statement by December 11, 2025, and direct any questions to Patricia Castillo at patricia.castillo26.civ@us.navy.mil by December 8, 2025.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.