414 CTS Jump Services
ID: FA486125R0034Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the provision of parachute training services under the solicitation number FA486125R0034. The contract aims to acquire commercial services, including aircraft and drop zone operations for parachutists, with a performance period extending from August 14, 2025, to August 13, 2030, all services to be conducted within 400 miles of Nellis Air Force Base in Nevada. This procurement is critical for enhancing military parachuting operations and ensuring effective training logistics, with proposals evaluated based on price and technical compliance with the Performance Work Statement. Interested offerors must submit their proposals by August 12, 2025, and can direct inquiries to primary contact Sencere T. Gilbert at sencere.gilbert@us.af.mil or secondary contact Christopher Rex at christopher.rex.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued under solicitation number FA486125R0034, focused on acquiring commercial services for the United States Air Force. It invites proposals from small businesses for a Firm Fixed Price contract to provide aircraft and drop zone services for parachutists, including a range of required services detailed in Contract Line Item Numbers (CLINs). The solicitation specifies a performance period from August 14, 2025, to August 13, 2030, and all services must be performed within 400 miles of Nellis AFB, NV. Interested offerors must fill out an attached Price List, and their proposals will be evaluated based on price and technical compliance with the Performance Work Statement (PWS). To be eligible, bidders must be registered in the System for Award Management (SAM), demonstrate past performance, and complete necessary certifications. Key deadlines for questions and offers are provided. This RFP represents the Air Force's commitment to enhancing parachuting operations while fostering small business participations. Overall, the document serves as a formal solicitation for qualified contractors to deliver specialized aviation services.
    The document outlines a Request for Proposal (RFP) for various commercial services regarding parachuting operations and training, identified by solicitation number FA486125R0034. It is a total small business set-aside under NAICS code 611699, emphasizing the need for certified drop zones and aircraft. The RFP includes a requirement for a fixed-price contract with several line items detailing necessary services, such as wind tunnel usage, military aircraft for training, and repack services. The contract is set to run from 14 August 2025 to 13 August 2030, to be performed within 400 miles of Nellis AFB, NV. Offerors must submit proposals including a technical plan, proof of required certifications, and a completed price list. The evaluation criteria will consider price and technical acceptability, focusing on the offeror's understanding of project requirements and compliance with safety regulations. Proposals are due by 5 August 2025, and bidders are encouraged to confirm receipt of submissions. This RFP serves as a means for the government to secure qualified contractors that meet specific operational standards for military parachuting activities.
    The file outlines the terms and conditions of a Blanket Purchase Agreement (BPA) for Jump Services under non-personal service contracts. It establishes that the government is only obligated to cover purchases authorized by designated personnel, with pricing reflecting the lowest rates offered to the supplier's favored customers. Purchase requests are limited to $25,000 and must not exceed $750,000 for the 99th Contracting Squadron. Authorized callers can place orders verbally, while detailed invoices must accompany all deliveries. Payment methods include government purchase credit cards for amounts up to $25,000 and Electronic Funds Transfer for larger orders. Compliance with all applicable federal, state, and local regulations is required by the contractor. The contracting officer holds exclusive authority for any contractual changes, and either party may cancel the BPA with a 30-day written notice. These stipulations ensure structured procurement and oversight in accordance with government contracting protocols, reflecting the critical nature of compliance and transparency.
    The document outlines the Performance Work Statement (PWS) for a contract focused on providing parachute training services for the Air Force, effective April 24, 2025. The contractor is required to supply a certified Drop Zone (DZ) capable of accommodating up to 15 parachutists, ensure civilian operations do not interfere with military activities, and offer a safe, unobstructed area for parachuting. Additionally, it mandates the provision of multiple military-approved aircraft with specific capabilities and aircrew requirements. All contractor facilities must be located within 400 miles of Nellis Air Force Base and include a climate-controlled packing area for parachutes. The government will furnish its own parachute equipment and transportation, while the contractor's responsibilities include compliance with various safety regulations and operational readiness within 24 hours on weekdays. This PWS is a formal solicitation for qualified contractors to manage parachute training logistics, indicative of the government's procurement process for specialized services.
    The document is a pricing worksheet associated with a federal Request for Proposal (RFP) detailing service requirements for a wind tunnel and related military training support. It lists several Contract Line Item Numbers (CLINs), each representing essential services such as wind tunnel usage, personnel coaching, aircraft services, and repack requirements. The estimated quantities outline expected annual hours and quantities for each service, with a total price section that remains blank for bidders to fill. Optional services, like a canopy control course, are also mentioned. The worksheet indicates that while the specified quantities are for pricing evaluations, they do not represent the total quantity required. This structured approach seeks competitive pricing for military training and equipment support, aligning with federal procurement practices to ensure adequate services at estimated costs.
    The document titled "414 CTS Jump Services BPA - Solicitation Questions and Answers" addresses clarifications regarding various Contract Line Item Numbers (CLINs) related to military parachute training services. Key issues include the necessity of access to a wind tunnel, which is deemed critical for the bid, as well as concerns over the adequacy of proposed flight hours for the Military MFF TAC Aircraft. The document clarifies that parts and equipment are needed for parachute maintenance, and specifies that the required civilian aircraft include the Caravan or Twin-Otter. There are discussions about the limited hours requested for aircraft related to jumps and the frequency of training, indicating that the proposed schedule may not meet operational needs. The need for adjustments in training hours is emphasized, citing typical usage patterns and environmental contingencies that can impact training effectiveness. Overall, the document serves to ensure that the RFP aligns operational expectations with submitted bids, thus facilitating effective military training logistics.
    The document outlines a combined synopsis/solicitation for Request for Proposal (RFP) number FA486125R0034 for parachute drop zone and aircraft services, designated as a total small business set-aside. It includes a firm fixed-price contract to begin on August 14, 2025, and conclude by August 13, 2030, performed within 400 miles of Nellis AFB, NV. Offerors are required to submit a filled-out price list and proposals must include technical and pricing details that adhere to federal acquisition regulations. The evaluation process will consider both price and technical factors, prioritizing offers that clearly meet requirements outlined in the Performance Work Statement (PWS). Specific services include wind tunnel usage, military aircraft support, and parachutist training. Submissions must conform to guidelines specified to ensure compliance and acceptance, with a submission deadline of August 5, 2025. The document emphasizes the importance of SAM registration, certification compliance, and requires a detailed technical proposal demonstrating understanding and capability to meet the service requirements.
    Lifecycle
    Title
    Type
    414 CTS Jump Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    PARACHUTE, PERSONNEL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking procurement for personnel parachutes and related aerial delivery systems under contract number SPE4A723F5200. This opportunity involves the acquisition of parachutes, aerial pick-up, delivery, recovery systems, and cargo tie-down equipment, which are critical for various military operations and logistics. Interested vendors can reach out to Michelle Scott at 804-279-1221 or via email at Michelle.R.Scott@dla.mil for further details regarding this procurement. The justification for this contract is documented in the associated file, SPE4A723R0370SPE4A723F5200 JA.pdf.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.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.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    83--CLOTH,PARACHUTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 65,000 yards of parachute cloth, identified by NSN 8305011159168. This solicitation is part of a total small business set-aside and aims to fulfill military requirements for textile materials used in parachute manufacturing. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to Arizona Industries for the Blind is set for 155 days after the award. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil or access additional information through the DLA's solicitation portal.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Air Force Operational Commercial Solutions Opening
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Commercial Solutions Opening (CSO) to acquire innovative commercial items, technologies, and services aimed at addressing various Air Force requirements and capability gaps. This initiative, authorized under Class Deviation 2022-O0007, seeks solutions priced under $100 million that can enhance mission capabilities, streamline operations, or provide technological advancements. Proposals must be submitted via email by September 30, 2026, and will be evaluated based on technical merit, importance to agency programs, and funding availability, with a focus on small businesses as this opportunity is a Total Small Business Set-Aside. Interested parties can reach out to the 87 CONS CSO Team at 87CONS.CSO.Team@us.af.mil for further information.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.