Cannon AFB- Thunder Dome Mindflare
ID: FA485524Q0067Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, 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's 27th Special Operations Contracting Squadron, is seeking proposals for the Thunder Dome Mindflare project, which involves conducting a sUAS Manufacturing Course at Cannon AFB, New Mexico, from November 18-22, 2024. The contractor will be responsible for all aspects of the training, including curriculum development, facility setup, and providing necessary equipment for 16 students, with an emphasis on practical assessments and safety protocols. This procurement is a 100% Small Business Set-Aside under NAICS code 611512, with proposals due by September 19, 2024, at 4:00 PM Mountain Daylight Time; interested parties should direct inquiries and submissions to Karina Bala at karina.bala@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide a small Unmanned Aircraft Systems (sUAS) Manufacturing Course at Cannon AFB, focusing on the integration of AI into sUAS platforms. The contract spans 5 consecutive days, requiring the contractor to handle facility prep, instructional materials, and provide specialized equipment for 16 students. Key training areas include sUAS fundamentals, radio control, battery safety, soldering techniques, drone operation, programming, and applying custom AI to manufactured drones, aimed for at least 90% retention among students in core topics. The contractor is responsible for ensuring compliance with security protocols, maintaining records, and providing an interpreter if needed. The government will not supply any equipment or services outside a designated classroom. This PWS reflects a commitment to enhance technical capabilities within the military through advanced training in sUAS manufacturing and AI application.
    The Performance Work Statement (PWS) outlines the requirements for conducting a sUAS Manufacturing Course at Cannon AFB from November 18-22, 2024. The contractor is responsible for all aspects of the training, including management, facility setup, curriculum development, and supplying necessary equipment for 16 students. The course aims to educate participants on sUAS design, programming, and application of AI in their creations, ensuring that at least 90% of the participants can recall and apply the knowledge gained. Contractor personnel must be available daily from 0800-1700, adhering to security protocols and conducting training in a safe environment. The document emphasizes the importance of proper training on battery safety, soldering techniques, and drone operation, with a focus on practical assessments. All required materials must be approved by a designated Air Force contact. Furthermore, the contractor is responsible for maintaining records and developing a safety plan, while the U.S. Government will provide only the teaching space necessary for the course execution. This PWS reflects the government's commitment to enhancing the skills of personnel in advanced technology sectors like sUAS.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to conduct an sUAS Manufacturing Course at Cannon Air Force Base. The contractor is tasked with providing comprehensive training over five consecutive days, focusing on manufacturing, operating, and programming small Unmanned Aircraft Systems (sUAS), as well as integrating artificial intelligence (AI) models. The course is scheduled for September and November 2024, with the potential for a six-month extension. Key responsibilities include preparing training facilities, managing equipment inventory, developing curriculum, and conducting hands-on instruction. The contractor must supply a list of specific equipment to 16 students, such as sUAS frames, motors, and control systems. Training goals include ensuring at least 90% of students understand sUAS concepts, battery safety, and drone programming. The PWS emphasizes compliance with security requirements, conduct standards, and record-keeping obligations. Additionally, the contractor may need to provide an interpreter if necessary. The document stresses that the government will offer no additional equipment or support beyond classroom space as the contractor executes their obligations, ensuring a focus on skill and knowledge transfer in the specialized field of sUAS manufacturing and AI integration.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide an sUAS (small Unmanned Aerial Systems) Manufacturing Course at Cannon Air Force Base from November 18 to 22, 2024. The contractor will be responsible for managing the course, including curriculum development, classroom preparation, and providing necessary tools and materials for 16 students. Training will cover various topics such as sUAS design, AI integration, and operational safety, aiming for at least 90% student proficiency in key areas. Students will learn about basic sUAS concepts, radio fundamentals, battery safety, soldering techniques, and both manual and autonomous flying. The government will only provide a classroom space, while all other resources must be supplied by the contractor. Security requirements include background checks and adherence to local policies. The PWS emphasizes the commitment to a safe and effective training environment, ensuring compliance with Department of Defense regulations. This document serves as part of a federal RFP aimed at enhancing military training capabilities through specialized educational programs.
    The document outlines the contract administration details related to federal and defense acquisition regulations, specifically focusing on payment submission procedures via the Wide Area Workflow (WAWF) system. Key clauses, including requirements for electronic payment requests (DFARS 252.232-7003) and detailed instructions for using WAWF (DFARS 252.232-7006), are highlighted. Contractors must ensure proper registration in the System for Award Management (SAM) and follow specific training protocols for submitting invoices, which vary depending on contract types, such as cost-type or fixed-price. Additional clauses emphasize compliance with various laws, including those related to labor standards and cybersecurity, while providing information on the flow-down requirements to subcontractors. The document also includes details on the responsibilities of contractors regarding health and safety on government installations and the importance of obtaining necessary access credentials. This comprehensive overview serves to facilitate regulatory compliance and streamline billing processes in government contracting, reflecting adherence to federal standards while enhancing operational efficiency in contract execution.
    The document outlines a series of federal and state RFPs (Requests for Proposals) and grants aimed at various projects and services across multiple sectors. It emphasizes the importance of these proposals in enabling government agencies to acquire necessary goods and services while ensuring compliance with regulatory frameworks. Key aspects include budget allocations, eligibility criteria for applicants, required documentation, and deadlines for submission. The proposals cover a range of topics, including infrastructure development, environmental assessments, healthcare provision, and technology upgrades. Each section identifies central ideas such as project objectives, anticipated outcomes, and evaluation criteria, designed to foster transparency and competition among bidders. Moreover, it highlights the significance of adherence to federal and state regulations during project execution, underlining the government's commitment to maintaining standards and promoting public welfare. This document serves as a crucial reference for potential applicants and stakeholders, detailing essential information needed to navigate the RFP process effectively. It reflects the government's intention to engage with the private sector to enhance public services and facilitate community development through strategic investment of resources.
    The Department of the Air Force's 27th Special Operations Contracting Squadron issued Amendment 0005 for Request for Quotation (RFQ) FA485524Q0067 regarding Unmanned Aircraft Systems (UAS) training. The amendment extends the submission deadline from September 16 to September 19, adjusts the questions due date to September 17, modifies delivery instructions to specify Cannon AFB, and updates the performance work statement to the latest version. This RFQ is a 100% Small Business Set-Aside, associated with NAICS code 611512, and requires offers to include both Price and Technical Exhibits. Evaluation will initially rank quotes based on cost, followed by a technical assessment of the three lowest offers, with awards going to the lowest-priced technically acceptable quote. A written notice of acceptance will constitute a binding contract. All submissions must be sent via email to designated points of contact and must meet regulatory requirements outlined in FAR provisions. This procurement reflects the Air Force's commitment to developing UAS training capabilities, ensuring compliance with specific standards and requirements.
    The Department of the Air Force has issued a Request for Quotation (RFQ) for Unmanned Aircraft Systems (UAS) training under solicitation number FA485524Q0067. This combined synopsis/solicitation is set aside for 100% small businesses, with a North American Industry Classification System (NAICS) code of 611512 and a size standard of $34 million. The RFQ is outlined with a timeline for submissions: questions are due by August 29, 2024, and quotes must be submitted by September 6, 2024, at 4:00 P.M. Mountain Daylight Time. The evaluation process will rank quotes based on cost before assessing technical acceptability, awarding the contract to the lowest priced, technically acceptable vendor. Requirements include proof of technical capability, financial responsibility, and compliance with the specified training requirements. Additionally, vendors must be registered in the System for Award Management (SAM) to be considered for the award. The document emphasizes the government's discretion to cancel the solicitation or not make an award if funds are unavailable. This procurement reflects the Air Force's initiative to enhance training operations while adhering to federal contracting standards.
    The document outlines a set of questions and answers regarding a federal training project, which is confirmed to be a new initiative without prior award numbers. The key points include that the current training session is a singular five-day event set for November 18-22, 2024, with no additional training sessions planned at this time. Additionally, the deadline for proposals has been extended to September 16, alleviating concerns about missing the application timeline. However, a request for a 50% upfront payment due to high initial equipment costs was denied, indicating a strict adherence to payment terms. Overall, this document addresses concerns from potential contractors and clarifies the framework for the upcoming training requirement under government solicitation processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Professional Master's of Manufacturing Leadership Program, IAW PWS dated 07 August 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Professional Master's of Manufacturing Leadership Program in support of Robins Air Force Base in Georgia. The procurement encompasses all necessary personnel, equipment, supplies, and services required for training courses, certificate programs, and degree offerings, including graduation materials. This initiative is crucial for enhancing workforce development and management training within the Air Force, with a contract period spanning from January 1, 2026, to December 31, 2030. Interested parties should submit their quotes by December 19, 2025, and can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further information.
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    sUAS Group 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a Small Unmanned Aerial System (sUAS) Group 1, as outlined in a combined synopsis/solicitation. The required specifications for the quadcopter drone include a minimum range of 3 kilometers, a flight time of at least 30 minutes, a minimum propeller size of 8 inches, and the inclusion of a remote control, rechargeable batteries, and Wi-Fi connectivity. This procurement is critical for enhancing operational capabilities within various government applications, and interested vendors must submit their quotes by December 17, 2025, with questions due by August 25, 2025. For further inquiries, potential bidders can contact Cory Palletti at cory.b.palletti2.mil@army.mil or Justin C. Gould at justin.c.gould5.mil@army.mil.
    MAFT (IFT-R)
    Dept Of Defense
    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.
    Industry Day FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is hosting an Industry Day in February 2026 to engage small business vendors for a Blanket Purchase Agreement (BPA) focused on Small Unmanned Aircraft Systems (sUAS). The procurement aims to acquire sUAS compliant with the Blue UAS Cleared or Select Lists, along with repair parts, sustainment support, and technical expertise for these systems. This initiative is crucial for enhancing the operational capabilities of the military through advanced drone technology. Interested vendors must respond with company information and authorization documentation, and participation requires two forms of government-issued identification. For further inquiries, vendors can contact Justin C. Gould at justin.c.gould5.mil@army.mil or Nataly Johnson at nataly.l.johnson.mil@army.mil.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Dept Of Defense
    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.
    Practitioner e-Learning
    Dept Of Defense
    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.
    UAS Drone Blue Cleared or Select lists compliant BPA
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft Systems (sUAS) and associated repair parts. Interested vendors must be authorized distributors of drones listed on the Blue UAS Cleared or Select lists, which are compliant with current laws and validated as cyber-secure for Department of Defense operations. This procurement is crucial for meeting the evolving mission needs of DoD users and is set aside exclusively for small businesses, with no current funding available for proposal preparation. Interested parties should submit their responses electronically, including required documentation, to the designated contacts by referencing “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject line.