Nellis AFB, NV Flying Proficiency Program
ID: FA486125R0024Type: Solicitation
Overview

Buyer

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

NAICS

Flight Training (611512)

PSC

EDUCATION/TRAINING- GENERAL (U009)

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 seeking proposals for the Flying Proficiency Program at Nellis Air Force Base in Nevada, with a focus on providing comprehensive flight training and aircraft rental services. The program aims to enhance airmanship skills using Cirrus SR20/SR22/SR22T aircraft, full-motion simulators, and online courseware, while ensuring compliance with FAA regulations and maintaining airworthy aircraft. This indefinite-quantity contract, valued at approximately $34 million over five years, is set aside for small businesses, specifically Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with key deadlines for questions and proposals due by August 11 and August 29, 2025, respectively. Interested parties can contact Vincent Perry at vincent.perry.2@us.af.mil or by phone at 702-652-2099 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Flying Proficiency Program Performance Work Statement outlines the requirements for a contractor to provide comprehensive flight training and aircraft rental services for the 432d Wing, operating within 20 miles of Las Vegas, Nevada. The program focuses on enhancing airmanship skills using Cirrus SR20/SR22/SR22T aircraft, full-motion simulators, and online courseware. Key services include flight instruction, FAA aeromedical examinations, written FAA certification testing, and private pilot or instrument courses. The contractor is responsible for providing and maintaining airworthy aircraft, adhering to FAA regulations and OEM specifications, and ensuring all personnel are properly certified. The document details requirements for maintenance, operations, scheduling, billing, safety, and security, emphasizing strict compliance with FAA standards and contractual obligations. The program also mandates a robust quality management system and specific insurance coverages.
    The document outlines a comprehensive flight training program, likely a federal government RFP, detailing estimated quantities and unit of issue for various services across a base year and four subsequent ordering periods (PoP Year 1, PoP Year 2, Ordering Period 3, Ordering Period 4), plus a 6-month period. Key services include online courseware (Cirrus and Private Pilot/Instrument), flight instructor hours, FAA aeromedical exams, SR22 and SR22T aircraft rentals, full motion simulator hours, written testing, and FAA Designated Pilot Examiner costs. The document also includes a cost breakdown for a projected 2200-hour program, totaling $1,191,900, with detailed costs for aircraft hours, instructor hours, online courses, simulator hours, and checkrides. The
    This government file is a wage determination (No. 2015-5593, Revision No. 28, dated 05/30/2025) for Service Contract Act-covered contracts in Clark County, Nevada. It outlines minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award/renewal date. The document lists extensive occupational wage rates across various categories, including administrative, automotive, food service, health, IT, and maintenance roles. It details required fringe benefits, including health and welfare ($5.36/hour or $4.93/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. The file also provides guidelines for conforming unlisted occupations, outlines hazardous pay differentials (4% or 8%), and specifies uniform allowance requirements. It references the “Service Contract Act Directory of Occupations” for job definitions, emphasizing that duties, not titles, determine classification.
    The Flying Proficiency Program outlines a framework for providing flight training services using Cirrus SR20, SR22, and SR22T aircraft in support of the 432d Wing. The program includes tailored training for pilots to build and maintain airmanship skills, with services encompassing online courseware, flight rentals, dual instruction, FAA certification testing, and access to simulators. Aircraft operations must adhere to established FAA regulations, ensuring airworthiness and compliance with all maintenance standards. Contractors are responsible for the availability and maintenance of aircraft, scheduling training sessions, managing safety and security protocols, and tracking flight operations. The program requires rigorous quality assurance, prioritized training materials, and continuous oversight from the government. Insurance coverage for liabilities and a structured approach to scheduling, contingencies, and emergency cancellations are established. Overall, this contract aims to enhance pilots' proficiency while maintaining stringent regulatory compliance and safety measures in military aviation training.
    The document outlines a comprehensive proposal for flight training and related services as part of federal government RFPs. It details the estimated quantities and costs associated with various categories, including online courseware, instructor hours, flight rentals, and simulator use. Throughout the fiscal year, program hours progressively accumulate, totaling to a projected $1,191,900 in costs by March. Key services include required FAA aeromedical evaluations, written testing, and designated pilot examiner costs for checkrides. The proposal is structured into various Contract Line Item Numbers (CLINs) across multiple ordering periods, clearly annotating the quantity and unit of issue for each service. Additionally, it includes a minimum of 43 pilots, tracking their instruction and flight hours monthly. The proposal is indicative of the government's commitment to enhancing flight training capabilities while ensuring compliance with FAA regulations through effective academic and practical instruction frameworks.
    The document is a Wage Determination by the U.S. Department of Labor under the Service Contract Act, outlining wage rates and fringe benefits for various occupations in Clark County, Nevada. It specifies minimum wage obligations for contractors based on Executive Orders 14026 and 13658, with rates differing according to contract dates. For contracts starting or renewed after January 30, 2022, workers must receive at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must be paid a minimum of $13.30 per hour unless higher rates are listed. The document lists numerous occupations, their codes, and corresponding hourly rates, along with fringe benefits like health coverage, vacation, and paid holidays. It also covers the conformance process for unlisted job classifications and distinguishes between exempt and non-exempt computer professionals. Additionally, provisions for hazardous pay differentials and uniform allowances are included. This Wage Determination ensures compliance with federal labor standards for contracts and serves as a key guideline for businesses seeking federal contracts in the service sector.
    The document is a comprehensive government solicitation (FA486125R0024) for a "Flying Proficiency Program FY25," issued by the Department of the Air Force, specifically the 99th Contracting Squadron at Nellis AFB, NV. This is an indefinite-quantity contract for a duration of five years, from September 15, 2025, to September 14, 2030, with an estimated total award amount of USD 34,000,000.00 and a cancellation ceiling of USD 8,203,805.18. The solicitation is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), utilizing NAICS code 611512 with an unspecified size standard. The contract outlines various aviation-related services, including online courseware, flight instructor hours, FAA medical exams, flight rentals for SR22 and SR22T aircraft, full motion simulator hours, written testing, and designated pilot examiner services, along with incidentals. It details specific quantities for each service per year. The document incorporates numerous FAR and DFARS clauses, emphasizing electronic invoicing through the Wide Area WorkFlow (WAWF) system, subcontracting limitations, and compliance with various labor, environmental, and ethical regulations. The minimum order is $2,500.00, and the maximum order for a single item or combination of items is $8,500,000.00.
    The document outlines the solicitation for a contract under the Women-Owned Small Business (WOSB) initiative for the Flying Proficiency Program for fiscal year 2025. It includes details such as solicitation and contract numbers, varying services required, including courseware, flight instructor hours, and FAA exams, along with estimated quantities and unit prices. The total award amount is USD 34,000,000, with performance scheduled from September 15, 2025, to September 14, 2030. Specific items include online Cirrus courseware, flight rental hours for SR22 and SR22T aircraft, and costs for full motion simulator usage, all structured under a Firm Fixed Price arrangement. The document mandates that invoices and payment requests be submitted electronically via the Wide Area Workflow system, emphasizing compliance with the Defense Federal Acquisition Regulation Supplement clauses. The purpose of this solicitation is to secure commercial services that enhance flight training initiatives while supporting women-owned businesses and ensuring adherence to federal contracting standards and regulations. This undertaking illustrates the federal government's commitment to diversity in procurement and its strategic investment in training resources for operational readiness.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Spatial Disorientation CLS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.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.
    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.
    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.
    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.
    Practitioner e-Learning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Practitioner e-Learning platform aimed at providing continuous process improvement training, including Lean Six Sigma and project management methodologies, to Airmen and Guardians. The platform must support at least 750 simultaneous users and offer a range of courses from foundational to advanced levels, integrating AI/ML for enhanced interactivity and feedback. This initiative is crucial for enhancing the skills and competencies of military personnel, ensuring they are equipped with current industry methodologies. Proposals are due by December 22, 2025, at 1300 Eastern Time, with questions accepted until December 1, 2025. Interested parties should contact Destinee Narak at destinee.narak@us.af.mil for further information.
    CSO - U.S. Army Aviation Training
    Buyer not available
    The U.S. Army, through the Department of Defense, is seeking innovative solutions for aviation training under a Commercial Solutions Opening (CSO) aimed at enhancing aviator training capabilities. The primary objectives include rapidly training and qualifying aviators across various platforms, improving pilot proficiency through modern commercial practices, and expanding the aviation industrial base to support Army operations. This initiative is critical for maintaining a competitive edge in national defense and includes three key Areas of Interest: Fixed-Wing Aircraft Training, Rotary-Wing Aircraft Training, and Unmanned Aerial Systems Training. Interested vendors must submit proposals that align with these areas, with evaluations based on technical merit and feasibility. For further details, contact Susan Ruzicka at susan.e.ruzicka2.civ@army.mil or 520-674-8460, or Terry E. Walker at terry.e.walker10.civ@army.mil. The solicitation remains open until canceled, and submissions must comply with the outlined guidelines and formats.
    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.
    Fuel System Component Test Stand
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.