North American B-25 Mitchell Aircraft Services
ID: FA930425Q5009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9304 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

Other Nonscheduled Air Transportation (481219)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for North American B-25 Mitchell Aircraft Services at Edwards Air Force Base in California. This procurement aims to provide qualitative evaluation flights for students and staff at the USAF Test Pilot School, enhancing their experience with unique aircraft through training flights and classroom instruction. The contract is structured as a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) with a five-year base period and an estimated total value between $1 million and $3 million. Proposals are due by August 11, 2025, and interested parties should direct inquiries to Jaymi Taplin at jaymi.taplin@us.af.mil or Jenny L. Meadlin at jenny.meadlin@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides answers to 11 questions regarding the FA930425Q5009 North American B-25 Mitchell Aircraft Services contract. Key points include procedures for rescheduling sorties due to unforeseen circumstances (weather, illness, mechanical issues), with prorated credit for the contractor in some cases but no credit for contractor-initiated cancellations. The contract is an IDIQ with a minimum ordering amount for the first year, without a unique cancellation clause. An FAA aircraft Limited Airworthiness certificate is acceptable depending on limitations. Offerors should propose pricing for the expected five-year ordering period, clearly indicating any increases. On-base lodging at Edwards AFB is available for US citizen/green card holder contractors, but daily hangaring for the B-25 is not feasible. B-25 flights supporting TPS TMPs are not included in the total yearly deployments and will require additional funding. Typically, there are two senior-only deployments per year, but additional deployments may be requested if initial ones are cut short. An estimated 16-18 sorties are required annually, and only student and staff test pilots are required to fly the B-25 from the left/PIC seat during all phases of flight.
    This is a combined synopsis/solicitation (FA930425Q5009) from the USAF for Qualitative Evaluation North American B-25 Mitchell Aircraft Services at Edwards AFB, CA. The contract, a Firm Fixed Price ID/IQ, is for a five-year base period with an estimated total value between $1M and $3M. The USAF Test Pilot School uses this program to broaden student experience with unfamiliar aircraft. Proposals are being requested under Simplified Acquisition Procedures (FAR 13.5). Offers are due by August 10, 2025, and questions by July 17, 2025. Evaluation criteria prioritize technical capability (pilot qualifications, aircraft requirements) over price. Key pilot requirements include FAA certifications, flight hours (1,500 total, 250 in type), instructor experience, and advanced degrees. Aircraft requirements include warbird bomber type with dual controls and adherence to airworthiness regulations. Contractors must provide specific documentation, including UEI and CAGE codes, and be SAM registered. Award will be based on best value, with technical factors being more important.
    This document addresses the Questions and Answers for the Request for Proposal (RFP) FA930425Q5009 concerning North American B-25 Mitchell Aircraft Services. It outlines essential aspects of the contract, including procedures for rescheduling sorties affected by student illness, weather, or mechanical issues, emphasizing that such missions are not mandatory for all students. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement without unique termination clauses. Contractors are required to propose pricing for a five-year period, while it confirms that U.S. citizenship is necessary for base lodging at Edwards AFB. The document clarifies that daily hangar access is unavailable, but limited emergency maintenance access may be granted. It states expected flight deployment frequencies, indicating two primary deployments annually, contingent upon unforeseen circumstances, and estimates 16-18 sorties annually involving both students and staff. The text reinforces that specific roles dictate seating arrangements during flights, with test pilots occupying the left seat during all phases. Overall, the document serves to provide clarity on contract execution, expectations, and logistics for the procurement of aircraft services within a structured government framework.
    The document outlines a Request for Quote (RFQ) for qualitative evaluation services involving North American B-25 Mitchell Aircraft for the USAF Test Pilot School at Edwards Air Force Base, California. This requirement is part of a program designed to enhance the training of Air Force pilots, navigators, and engineers by exposing them to diverse aircraft with unique characteristics. The solicitation is set for a Firm Fixed Price ID/IQ contract, with a 100% small business set aside and a budget estimated between $1 million to $3 million over five years, with yearly costs ranging from $250,000 to $500,000. Interested vendors must submit comprehensive quotes electronically, detailing technical capabilities, pricing structure, and required contractor information, ensuring compliance with specific FAR provisions. The evaluation will prioritize technical capabilities over price, with detailed criteria assessing pilot qualifications and aircraft maintenance. Responses should meet the Performance Work Statement requirements, focusing on past performance and Technical evaluations. Additionally, questions regarding the solicitation are due by July 17, 2025, with final offers due by August 10, 2025. This RFQ exemplifies the government’s process for engaging small businesses in providing specialized aviation training services.
    This Performance Work Statement (PWS) outlines the requirements for a non-personnel services contract to provide a North American B-25 Mitchell aircraft and qualified flight instructor(s) for Qualitative Evaluation (QE) flights at the USAF Test Pilot School (TPS), Edwards AFB, CA. The contract, a 5-year IDIQ with a one-year performance period and option years, aims to broaden student experience with unfamiliar aircraft. Key tasks include providing B-25 training flights (2-2.5 hours per sortie) for students and staff, supporting Test Management Projects (TMPs), and offering classroom lectures and flight briefings. The aircraft must be dual-controlled, equipped with essential communication/navigation systems, and pass an Air Force Test Center-approved inspection. Instructor pilots must have an FAA Commercial Pilot Certificate, a minimum of 1,500 flight hours (250 in type), and 500 total instructor hours (50 in type). The PWS details performance thresholds for flight instruction, aircraft/crew availability, regulatory compliance, and management, with government quality assurance involving periodic surveillance and corrective action reports. The government will provide certain services and facilities at Edwards AFB, while the contractor is responsible for all other necessary resources and compliance with various regulations, including security and environmental protection.
    The Performance Work Statement (PWS) outlines the requirements for a contract to provide North American B-25 Mitchell aircraft services, including flight instruction for students and staff at the USAF Test Pilot School (TPS) located at Edwards AFB, CA. This four-section document includes a detailed description of services, specifying contractor responsibilities for managing personnel, equipment, and instructional tasks. The contract spans five years with options for continuation, primarily performed at Edwards AFB, with potential alternate locations. Key tasks involve providing training flights for TPS personnel, supporting test management projects, and ensuring that the aircraft meets safety and operational standards. The contractor must maintain effective communication with government personnel, adhere to various safety and operational regulations, and fulfill all documentation and inspection requirements. Additionally, the contractor must ensure compliance with environmental regulations, security measures, and provide qualified instructors with specific certifications and experience. Performance evaluation metrics will assess the effectiveness of instruction and the availability of aircraft and crew as per set thresholds. This statement serves as a comprehensive guide to ensure successful contractor operation and support of TPS's objectives while adhering to government regulations and standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    LONGERON | 04F | B-52
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified contractors for an indefinite quantity contract (IQC) for the procurement of LONGERON components for the B-52 aircraft. This contract is set aside for small businesses and will cover a base period of five years, with an estimated annual quantity of 40 units, requiring delivery within 250 days after receipt of order. The LONGERON components are critical airframe structural components, and the procurement necessitates contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452, with the solicitation expected to be available on or about December 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    Repair of B-1B Torque Motor
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    B-2 TLX Kits, FA821322R3003
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 for further details.
    Construct a B-21 Field Training Detachment Building at Dyess AFB, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking experienced firms to construct a B-21 Field Training Detachment Building at Dyess Air Force Base in Texas. This project involves a comprehensive scope of work, including the construction of a concrete foundation, steel frame structure, and various utility installations, all designed to meet stringent security and safety requirements. The estimated construction cost ranges from $250 million to $500 million, with a project duration of approximately 42 months, and interested firms must respond to the sources sought notice by December 16, 2025, to express their capabilities and interest. For further inquiries, firms can contact Nicole Esser at nicole.r.esser@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.
    MANUFACTURE OF STRUCTURAL PANEL FOR THE B-1 AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of structural panels for the B-1 aircraft under a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement requires compliance with specific quality standards, including AS9100/ISO 9001-2015, and necessitates an "EXPORT CONTROLLED" certification to access technical data, with annual estimated quantities of 33, 31, and 31 units over the contract period. The contract, which will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, has a minimum order quantity of 24 units and a maximum of 95 units per order, with a total contract maximum of 142 units. Interested parties should submit their proposals by December 15, 2025, at 3:00 PM, and can contact Dana Craun at dana.craun@us.af.mil or 405-426-9405 for further information.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Engineering Support Services - Commercial Derivative Aircraft
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services (ESS) related to various commercial derivative aircraft, including the VC-25A and E-4B. The contract aims to provide both recurring and non-recurring engineering services, which encompass systems engineering, safety management, and technical support for sustaining and modernizing critical Air Force aircraft. This procurement is vital for maintaining the operational readiness and safety of executive aircraft, with a contract value subject to various pricing arrangements, including fixed-price and cost-plus options. Interested parties should direct inquiries to Cameron Burton or Capt Bailey Calico via email, with the solicitation process having commenced on October 30, 2025, and subsequent amendments issued through November 19, 2025.
    PRESSURE BELLOWS / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for pressure bellows used in the B-52 Stratofortress aircraft. The procurement involves an estimated annual quantity of 80 units of the pressure bellows, specifically manufactured by Transdigm Inc. under part number 114535, with a delivery timeline of 235 days after the date of order. This contract is crucial for maintaining the operational readiness of the B-52 aircraft, which plays a significant role in national defense. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around November 18, 2025, and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or call 445-737-4113 for further information.
    SPE4A726R0198-1560 - RIB,STIFFENER,AIRCR/ AIRCRAFT, STRATOFORTRESS B-52
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 175 units of a structural panel (NSN: 1560017274257, Part Number: FLX-P20570-01) for the B-52 Stratofortress aircraft. This procurement is categorized as a firm fixed-price contract and is set aside for small businesses, emphasizing the importance of supporting the small business sector in defense contracting. The delivery of the production units is expected within 284 days, with the contract requiring inspection and acceptance at the origin. Interested parties can access the solicitation on the DLA Internet Bid Board System (DIBBS) around December 10, 2025, and should direct inquiries to Xuan Thanh Phan at xuan.phan@dla.mil or Robert Winchester at robert.winchester@dla.mil for further information.
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.