FY25 AFROTC - Cadets In Jets (JETI IV)
ID: FA330025R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3300 42 CONS CCMAXWELL AFB, AL, 36112-6334, USA

NAICS

Flight Training (611512)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 AFROTC - Cadets In Jets (JETI IV) program, aimed at providing incentive orientation flights for Air Force Reserve Officer Training Corps (AFROTC) cadets. The program seeks to conduct 500 to 2000 one-hour flights in high-performance aircraft at Maxwell Air Force Base in Alabama, enhancing cadets' understanding of Air Force operations and inspiring interest in rated career fields. This initiative is critical for addressing pilot shortages and simulating military flying experiences, with a total anticipated contract value of approximately $34 million over multiple option years from 2025 to 2030. Interested small businesses must submit their proposals, including past performance information and technical capabilities, by the specified deadline, and can direct inquiries to SrA Lance Redolosa at lance.redolosa.1@us.af.mil or 334-953-6242.

    Point(s) of Contact
    Files
    Title
    Posted
    The JETI IV Performance Work Statement (PWS) outlines a non-personal services contract to provide orientation flights for Air Force Reserve Officer Training Corps (AFROTC) cadets using high-performance turboprop aircraft. The initiative, crucial for addressing the pilot shortage, aims to motivate cadets by simulating military flying experiences, including formation and aerobatics, primarily during the summer training camp from late May to early August. The contractor must supply all aircraft, pilots, and support needed for at least 500 annual sorties, potentially increasing to 625 based on funding availability. Each flight will accommodate a minimum of 12 cadets, focusing on basic maneuvers and safety procedures. The contractor must ensure FAA compliance, maintain operational safety, and report all flight operations accurately. Key deliverables include an Operations Plan, flight schedules, maintenance records, and weekly activity reports. The contractor will handle safety training for cadets and adhere to various regulations ensuring aircraft airworthiness and pilot certification. Additionally, the document stipulates the contractor's responsibilities regarding vehicle and facility access, environmental compliance, and insurance requirements, emphasizing the importance of maintaining a secure and efficient operating environment throughout the contract duration.
    The 42nd Contracting Squadron at Maxwell AFB, AL, is evaluating proposals for the AFROTC Cadets in Jets, Jet Introduction (JETI) program and associated services. A key aspect of the evaluation process involves assessing the offeror's past performance on relevant contracts, relying on feedback from entities with prior experience with the offeror. To streamline this evaluation, the squadron has issued a Past Performance Questionnaire (PPQ) for completion by relevant organizations. Timely responses are crucial, as they influence the success and speed of the selection process; responses must be submitted electronically or via fax by the specified deadline. This document outlines the importance of the questionnaire as part of the Source Selection record and requests cooperation to ensure a thorough evaluation of the potential contractors' performance capabilities. The Contracting Officer, Sandra K. Turner, emphasizes the tight schedule and the need for prompt assistance in this critical evaluation phase.
    The document outlines a Past Performance Questionnaire utilized for evaluating contractors providing Jet Introduction (JETI) services for the Maxwell Air Force Base in Alabama. It specifies the required information, including contractor details, project descriptions, and performance metrics. Contractors must submit accurate information regarding their performance on the project, distinguishing whether they served as prime contractors or subcontractors. The performance assessment is structured around ten criteria, where respondents rate the contractor's performance as either "acceptable" or "unacceptable" (A or U). Key performance indicators include the timely provision of flight sorties, maintenance levels, communication efficacy, compliance with FAA regulations, and safety adherence. The questionnaire also prompts for explanations concerning contract terminations or notices issued to the contractor. The main purpose of this document is to systematically gather contractor performance evaluations to inform future contracting decisions. It emphasizes accountability and thorough assessment of contractors’ capabilities, ultimately facilitating informed choices in government procurement processes. This fits within the broader context of federal Request for Proposals (RFPs) and contract management, ensuring that selected contractors meet necessary operational standards.
    This document outlines the necessity of obtaining consent from subcontractors and teaming partners for the disclosure of their past performance information to prime contractors as part of a government Request for Proposal (RFP) process. It emphasizes the government's increasing focus on past performance to ensure value in source selections. To facilitate this, a sample consent letter is provided, which subcontractors are required to sign and include with their proposals. The letter confirms their participation and grants permission for the government to discuss their past performance with the prime contractor. The document's purpose is to ensure clarity and compliance within the procurement process, reflecting federal regulations concerning the confidentiality of performance information while aiding in the evaluation of contractor qualifications during sourcing.
    The Addendum to FAR 52.212-1 outlines specific instructions for small businesses responding to a Request for Proposal (RFP) for a firm fixed-price contract using Performance Price Tradeoff (PPT) best value source selection procedures. Proposals must be comprehensive, compliant with RFP requirements, and submitted by a deadline. The contracting officer may not require additional cost information if adequate price competition exists; otherwise, offerors may need to provide price reasonableness data. Proposals must be divided into three parts: Technical Factor, Past Performance Information, and Price Proposal, each with specific criteria. Offerors must present technical capabilities, relevant past performances, and pricing structures, with explicit clarifications of any exceptions to terms. Communication during the proposal evaluation is strictly controlled, utilizing encrypted email for sensitive information. Key components include ensuring contractor responsibility through financial planning, and submission of essential certifications and representations. The document emphasizes a strong expectation of price competition and warns that incomplete proposals may be unacceptable. This addendum is vital for streamlining the procurement process while fostering opportunity for small business participation in government contracting.
    The file outlines the basis for a competitive contract award in accordance with federal regulations and Air Force guidelines. It emphasizes a Performance Price Tradeoff (PPT) approach, wherein technical acceptability and past performance are weighed against price. Offerors must submit technical proposals addressing specific subfactors, including airworthiness certifications and pilot qualifications, to achieve an acceptable rating. Proposals rated as unacceptable will be disqualified. Past performance evaluations assess offerors' previous relevant contracts to determine their capability to perform the required services. Ratings range from 'Very Relevant' to 'Not Relevant,' influencing confidence assessments from 'Substantial Confidence' to 'No Confidence.' The price proposal evaluation ensures that total evaluated prices (TEPs) are reasonable and fair, with potential for further analysis if unbalanced pricing is suspected. Ultimately, the government aims to select the best value offer, balancing performance confidence with pricing. The decision-making authority may choose to award without further discussions, streamlining the process while retaining the option to engage with offerors if necessary. This structured approach underscores the commitment to achieving optimal service delivery in government contracting.
    The document addresses inquiries related to the AETC AFROTC JETI IV solicitation, specifically focusing on pilot qualifications and compliance requirements for contracted services. It clarifies that pilots do not need to be rated military aviators but must have appropriate flight experience. Acceptable documentation for pilot resumes includes the DD Forms 1821 and 2628, but these are not mandatory. Compliance with DCMA Instruction 8210-1D is not required for this contract, given its classification as Contractor Owned Contractor Operated (COCO) Civil Air Operations. Additionally, the contracting authority does not serve as a Government Flight Representative under the DCMA standards. Finally, while the DD Form 3062 can be used for flight scheduling, contractors may utilize their standard documentation. The procurement process only necessitates an assigned Airworthiness Certificate or FAA equivalent without needing prior airworthiness planning with the USAF authorities. Overall, the document clarifies contractual expectations and piloting qualifications, ensuring the process aligns with operational standards for military-related aviation services.
    The document outlines a solicitation for a contract by the federal government aimed at women-owned small businesses for commercial products and services. Specifically, it covers the provision of incentive flight orientation for AFROTC cadets through a Jet Introduction program, detailing quantities and pricing arrangements over multiple option years spanning from 2025 to 2030. The solicitation includes provisions for performance work statements, delivery and acceptance criteria, proper invoicing protocols, and adherence to the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. The total award amount anticipated for the project is USD 34 million. Additionally, it incorporates various contract terms that ensure compliance with regulations concerning small business participation, equal opportunity, and contracting ethics. Overall, this solicitation underscores the commitment to fostering inclusive business practices while fulfilling specific military training needs.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Aerospace & Defense Master of Business Program, IAW PWS dated 21 November 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to establish a 48-month Indefinite Delivery Contract (IDC) for an Aerospace & Defense Master of Business Program, as outlined in the Performance Work Statement (PWS) dated November 21, 2025. The contractor will provide workforce development and training materials, courses, and degree programs to support the Warner Robins Air Logistics Complex (WR-ALC) at Robins Air Force Base, Georgia. This initiative is crucial for enhancing the skills and capabilities of personnel involved in aerospace and defense operations. Interested parties should note that quotes are due by December 19, 2025, with an anticipated award date of January 1, 2026. For further inquiries, contact Curtis Green at curtis.green.9@us.af.mil or Jeff Pruitt at jeffery.pruitt.1@us.af.mil.
    Pioneering Aerospace Capabilities, Engineering and Research
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is soliciting proposals under the Broad Agency Announcement (BAA) FA2391-23-S-2403 for the "Pioneering Aerospace Capabilities, Engineering and Research" initiative. This opportunity aims to advance aerospace technologies through research and development efforts focused on innovative concepts and technologies that enhance military capabilities, particularly in propulsion and power systems. The initiative is critical for maintaining a technological edge in defense operations, with a projected funding ceiling of $200 million for various projects. Interested parties must submit their proposals electronically via DoD SAFE, with key deadlines for submissions varying by specific calls, including January 27, 2025, for the Aggressive Embedded Propulsion & Operability (AEPO) initiative. For further inquiries, potential offerors can contact John McClellan at john.mcclellan.2@us.af.mil or Jac Cook at joseph.cook.39@us.af.mil.
    Resilient Open & Agile Avionics System & Technology Development (ROAASTD)
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals for the Resilient Open & Agile Avionics System & Technology Development (ROAASTD) program, aimed at enhancing system resilience and agility to counter evolving global threats. The procurement seeks innovative technologies that enable rapid integration of advanced sensor and mission system capabilities, essential for maintaining a decisive military advantage in contested environments. This initiative is critical for ensuring the Air Force can effectively respond to sophisticated adversaries and meet warfighter needs in a timely manner. Interested offerors, including small and unrestricted businesses, must submit white papers by April 19, 2028, with a total program value of $30 million and anticipated awards ranging from $3 million to $6 million. For further inquiries, contact Sarah Ballard at sarah.ballard@us.af.mil or Richard Bailey at richard.bailey.26@us.af.mil.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    Cocoa HS JCLC Valor
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking small businesses capable of providing meals, lodging, and facilities for the JROTC Cadet Leadership Challenge (JCLC) Valor 2026, scheduled from March 19-23, 2026, in Titusville, Florida. The procurement aims to support approximately 250 cadets and 50 cadre from 14 high schools, requiring services such as meal preparation, lodging, transportation, and access to specific training facilities. This opportunity is significant for small businesses in the recreational and vacation camps sector, with a total funding ceiling of $9 million, and is set aside for small business participation, contingent upon receiving responses from at least two qualified small businesses. Interested parties must submit their capabilities and relevant information to the designated contacts by December 16, 2025, at 11:00 a.m. ET.
    L-39ZA & L-29 TMP Support
    Dept Of Defense
    The Department of Defense is soliciting a sole source contract for L-39ZA and L-29 TMP Support, specifically targeting the Air Force Test Pilot School at Edwards Air Force Base, California. The procurement involves providing qualified flight instructors, engineering personnel, and aircraft support for executing Test Management Projects (TMPs) using uniquely configured jet trainers from The University of Iowa. This contract is crucial for maintaining flight instruction and regulatory compliance, with an anticipated award date of December 30, 2025, and a response deadline of 1:00 p.m. Pacific Daylight Time on December 17, 2025. Interested contractors must submit a technical package demonstrating their capability and must be registered in the System for Award Management (SAM) at www.sam.gov, with inquiries directed to Carlos A. Barrera at carlos.barrera.8@us.af.mil or by phone at 661-275-2442.
    FIGHT TONIGHT
    Dept Of Defense
    The Department of the Air Force is seeking innovative research proposals under the Broad Agency Announcement (BAA) FA8750-22-S-7001, titled "Fight Tonight," aimed at revolutionizing air operations planning through the integration of Artificial Intelligence (AI) and interactive gaming. The primary objective is to significantly reduce the Air Tasking Order planning cycle, enabling rapid development and evaluation of combat plans within a four-hour timeframe. This initiative is critical for enhancing operational efficiency and effectiveness in military air operations, focusing on two technical areas: Interactive Plan Refinement (TA1) and Plan Gaming and Outcome Analysis (TA2). The total estimated funding for this program is approximately $99 million, with individual awards ranging from $3 million to $40 million, and proposals for Phase II are due by January 23, 2025. Interested parties can direct inquiries to Lt Col Sean Carlson at sean.carlson.1@us.af.mil or Amber Buckley at amber.buckley@us.af.mil for further details.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking quotes for a training program focused on the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide a comprehensive biannual, ten-day Initial Qualification Training (IQT) course for up to six personnel, covering essential topics such as FPV system theory, design, assembly, and advanced flight techniques, with a total of 80 hours of instruction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a Firm-Fixed-Price contract, with the base year commencing on January 15, 2026, and includes two option years. Interested parties should direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, and note that the current solicitation is not funded as per FAR Clause 52.232-18.