In-Flight Trainer (IFT) Aircraft
ID: N00019-26-RFPREQ-APM271-0023Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR CHARTER (V121)

Set Aside

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

    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking sources for the provision of Contractor Owned Government Operated (COGO) Boeing 707/737 aircraft to support E-6B Mercury pilot training. The procurement aims to enhance pilot training capabilities while minimizing flight hours on existing fleet aircraft, requiring comprehensive operational, logistical, and engineering services, including initial pilot differences training for Fleet Replacement Squadron instructors. This initiative is crucial for maintaining pilot currency and operational readiness, with a proposed contract duration of one base year and four one-year options from FY25 through FY29. Interested contractors must submit capability statements by 10:00 AM Eastern on October 31, 2024, to Melissa Buchanan and Lisa Troccoli via the provided email addresses, as all submissions will be considered for determining competitive procurement opportunities.

    Files
    Title
    Posted
    The document outlines preliminary requirements for aircraft performance needed by the government, which will be finalized in an upcoming Request For Proposal (RFP). It includes three key tables: Table 1 details performance thresholds and objectives, Table 2 specifies contract requirements, and Table 3 lists contractor pilot qualifications. All these requirements are subject to change, emphasizing that final specifications will be clarified in the official RFP. This file serves as an initial framework guiding prospective contractors on expected capabilities and qualifications necessary for participation in the government bidding process for aircraft services.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    F/A-18E/F AND EA-18G PRODUCTION LINE SHUTDOWN
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, intends to procure production line shutdown services for the F/A-18E/F and EA-18G aircraft from The Boeing Company and its subcontractors. The procurement involves the disposition, packaging, and shipment of Government-Furnished Property, Support Equipment, Special Tooling, and Special Test Equipment currently held by Boeing and its suppliers, with a performance period anticipated to last 38 months. This initiative is critical as it ensures the proper management and storage of approximately 18,830 items of Government property, leveraging Boeing's unique access to the necessary technical data and records. Interested parties may submit a Statement of Capability and Qualifications to the primary contact, Meya Musso, at yakedra.musso@navy.mil, within 15 days of this announcement, as the procurement is being pursued on a sole source basis.
    Electromagnetic Aircraft Launch System (EMALS) and Advanced Arrestment Gear (AAG) Sustainment IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified firms to provide sustainment services for the Electromagnetic Aircraft Launch System (EMALS) and Advanced Arresting Gear (AAG) systems aboard Ford-class nuclear-powered aircraft carriers and the Future French Carrier. The procurement aims to secure engineering, logistics support, technical assistance, and life cycle sustainment, including the development of technical data, software changes, and quality assurance management. The EMALS and AAG systems are critical for enhancing the safety and operational capabilities of carrier-based aircraft launches and recoveries. Interested parties must submit their capability statements by 4:00 PM (EST) on October 17, 2024, to Jacob Halowell and Margo O'Rear via the provided email addresses, with the planned contract award date set for December 2025 and an ordering period extending through December 2030.
    CH-53K CFTD TECH REFRESH PHASE III
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors for the technical refresh of the Containerized Flight Training Device (CFTD) 2F243-1 at Marine Corps Air Station New River. The project aims to enhance the training capabilities for CH-53K pilots and copilots by updating the device to simulate various operational scenarios, including emergency procedures and tactical maneuvers. This CFTD is vital for ensuring pilots are adequately prepared for real-world situations, and the modifications will include improvements in aircraft communications and navigation systems. Interested contractors should respond with their capabilities, delivery schedules, and relevant experience by adhering to the submission guidelines outlined in the Sources Sought Notice. The anticipated contract, which will be awarded under a firm-fixed-price model, is expected to be finalized in October 2025. For further inquiries, potential bidders can contact Xavier Rojas at xavier.e.rojas.civ@us.navy.mil or Erin Young at erin.b.young.civ@us.navy.mil.
    U.S. Naval Test Pilot School Variability Stability System (VSS) Flight Demonstration Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking small businesses capable of providing flight demonstration services for the U.S. Naval Test Pilot School's Variability Stability System (VSS). The procurement aims to support classroom instruction and practical flight demonstrations using a contractor-owned VSS aircraft for students at the Naval Test Pilot School located at Naval Air Station Patuxent River, MD. This initiative is crucial for enhancing the training capabilities of future test pilots, ensuring they receive comprehensive instruction in variable stability systems. Interested parties must submit a capabilities statement by email to the primary contact, Matthew Hudson, at matthew.d.hudson8.civ@us.navy.mil, within 15 calendar days of the notice publication, adhering to specified formatting guidelines. This opportunity does not constitute a solicitation for proposals, and no funds are available for response preparation.
    15--PROBE,REFUELING,AIR, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for a refueling probe for the F/A-18E/F/G aircraft. The procurement involves a sole source solicitation with The Boeing Company, the Original Equipment Manufacturer, for the repair of the specific part identified by NSN 7R-1560-015253475-QF, with a quantity of one unit required. This component is critical for the operational readiness of the aircraft, and the government does not possess the necessary data to source it from alternative suppliers. Interested parties must submit their capability statements to the primary contact, Jessica T. Grzywna, via email by October 28, 2024, with the anticipated award date set for November 12, 2024.
    Non-Destructive Inspection (NDI) Training
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified small businesses to provide Non-Destructive Inspection (NDI) training services under a combined synopsis/solicitation. The procurement aims to deliver comprehensive training for 30-45 students over a five-year period, covering four NDI methods: Fluorescent Penetrant, Magnetic Particle, Eddy Current, and Ultrasonic, with a focus on ensuring compliance with unique USCG certification standards. This training is critical for maintaining the airworthiness of aircraft and ensuring regulatory adherence within the Coast Guard. Interested vendors must submit their quotations by October 2, 2024, with an anticipated award date around January 31, 2025. For further inquiries, potential bidders can contact Rose Bateman at rose.a.bateman@uscg.mil or Jackson Perry at Jackson.S.Perry@uscg.mil.
    C-40A CFM 56-7B24 Engine Procurement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to procure one new CFM56-7B24 Enhanced engine and engine stand for a C-40A aircraft, with the contract modification to be awarded to CFM International on a sole source basis. This procurement is critical as CFM is the sole designer and manufacturer of the CFM56-7B24 engine, possessing the unique technical data and capabilities necessary to meet the agency's requirements within the specified timeframe. The contract will be executed under the authority of FAR 6.302-1, emphasizing the necessity of this specific engine for operational readiness. Interested parties may express their capabilities in writing to the designated contacts, William Yost and Jamie Schoemaker, at the provided email addresses, although this notice does not constitute a solicitation or guarantee of contract award.
    Electromagnetic Aircraft Launch System (EMALS) Depot Standup Phase II
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified firms to provide depot repair and overhaul capabilities for the Electromagnetic Aircraft Launch System (EMALS) as part of the Depot Standup Phase II for Ford Class carriers. This procurement involves comprehensive logistics support, including the development of technical data, diagnostic capabilities, and support equipment requirements, aimed at ensuring operational readiness for the Ford Class carriers by FY28. The contract is expected to be awarded in June 2025, with performance extending through June 2027, and interested parties must submit their capability statements by 4:00 PM (EST) on October 14, 2024, to the designated contacts, Jacob Halowell and Margo O'Rear, via email.
    M1BC - Sources Sought for ROTHR Operations and Maintenance Services Follow-on Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking sources for the operation and maintenance services of the Relocatable Over-the-Horizon Radar (ROTHR) system, currently managed by Raytheon Technologies. The procurement aims to ensure continuous 24/7 operational support and maintenance for the Forces Surveillance Support Center (FSSC) ROTHR system, which plays a critical role in tracking and detecting drug trafficking activities across Northern South America, the Caribbean, and the Gulf of Mexico. The anticipated follow-on contract, expected to be awarded for the period from May 1, 2026, to April 30, 2027, with four additional one-year options, will require interested contractors to demonstrate relevant experience and capabilities by submitting a two-page executive summary by 1:00 PM local time on October 18, 2024, to Lauren Lauver at lauren.a.lauver.civ@us.navy.mil.
    N00383-24-Q-0038
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is planning to solicit a sole-source contract from MPC Products Corp for a five-year repair Basic Ordering Agreement (BOA) related to the F-18 aircraft. This procurement is necessary as MPC Products Corp is the Original Equipment Manufacturer (OEM) and the sole source for the required repair support, given the government's lack of proprietary data for alternative sources. The solicitation process will invite capability statements or proposals from interested parties, although it is not a competitive procurement, with submissions due by November 9, 2024. Interested vendors should contact Christopher Kilcourse at CHRISTOPHER.KILCOURS@NAVY.MIL for further details and must submit their qualifications electronically, as physical copies will not be provided.