Cannon AFB- UAS Training
ID: FA485525Q0023Type: 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

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 10:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking proposals for Unmanned Aircraft Systems (UAS) training at Cannon AFB in New Mexico. This procurement is specifically set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires vendors to provide detailed technical and price exhibits demonstrating their capability to deliver comprehensive UAS training, including curriculum, instructor qualifications, and relevant experience in coding and artificial intelligence. The training is crucial for enhancing military personnel's operational capabilities in UAS, with a focus on practical learning and compliance with FAA regulations. Interested vendors must submit their quotes by April 17, 2025, and direct any inquiries to Karina Bala or Jamie Hart by April 11, 2025, at the provided email addresses.

Files
Title
Posted
Apr 7, 2025, 10:05 PM UTC
The proposed Performance Work Statement (PWS) outlines the requirements for a contractor to deliver a sUAS Manufacturing Course at Cannon AFB, scheduled for May 2025. The contractor is responsible for all aspects of the course, including management, equipment provision, and curriculum development. Students will learn to integrate object detection models using open-source software, with an emphasis on avoiding vendor lock-in. Training will focus on sUAS concepts, radio operation, battery safety, soldering techniques, and drone programming. The course aims for at least 90% of participants to successfully recall and apply the knowledge taught. Specific equipment lists for 16 students include a variety of sUAS components, emphasizing practical learning. The contractor must comply with security and conduct standards and provide interpreters if necessary. No government equipment or services, aside from a designated classroom, will be supplied. This document serves as a formal request for proposals, indicating the government’s intent to contract out educational services to improve military personnel's sUAS operational capabilities while ensuring compliance with FAA regulations and open-source software standards.
Apr 7, 2025, 10:05 PM UTC
The document outlines the special contract requirements, clauses, and compliance provisions applicable to federal acquisitions of commercial products and services. It emphasizes the incorporation of specific Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses to ensure legal compliance and protect contractor and government interests. Key clauses cover aspects such as the safeguarding of contractor information systems, whistleblower rights, and prohibitions on specific foreign telecommunications equipment. Additionally, it mandates adherence to labor standards, including equal opportunity provisions and compliance frameworks to prevent exploitation and ensure fair treatment of workers. The provisions also stress the importance of maintaining records for audits, establishing guidelines for subcontracts, and ensuring clarity in the implementation of statutes and executive orders. Through these detailed requirements, the document aims to promote ethical business practices and safeguard government dealings, reinforcing accountability in contractor responsibilities. Overall, it serves as a critical framework for contractors engaged in federal projects to ensure compliance with legal standards and promote ethical interactions in government procurement processes.
Apr 7, 2025, 10:05 PM UTC
The Department of the Air Force's 27th Special Operations Contracting Squadron is issuing a combined synopsis/solicitation for Unmanned Aircraft Systems (UAS) training, designated under solicitation number FA485525Q0023. The RFQ is set aside for 100% Service Disabled Veteran Owned Small Businesses, with responses due by April 17, 2025. Interested vendors must submit detailed technical and price exhibits, showcasing their capability to deliver UAS training and components. Specific requirements include proof of curriculum, parts list, instructor qualifications, and prior relevant experience, particularly in coding and artificial intelligence. Proposals will be evaluated based on technical capability, past performance, and price, with a higher emphasis on technical merits, which must meet stringent criteria for UAS training and operations. The successful vendor will be awarded a binding contract within two weeks following the solicitation closure. All submissions must comply with federal regulations, and registration in the System for Award Management is mandatory to be considered. Inquiries regarding the RFQ must be directed to designated Air Force contacts by April 11, 2025.
Lifecycle
Title
Type
Cannon AFB- UAS Training
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Cannon AFB - Melrose Air Force Support Contract
Buyer not available
The Department of Defense, through the 27th Special Operations Contracting Squadron, is soliciting proposals for the Melrose Air Force Range (MAFR) Operations, Maintenance, and Support (OM&S) Services contract. This procurement aims to secure comprehensive support for a primary training range that accommodates various military training operations, including aerial gunnery, ground training, and electronic warfare support. The contract, valued between $100 million and $250 million, is set aside for small businesses and will span an initial five-year base period with up to five additional one-year incentive option periods. Interested vendors must submit their proposals by April 18, 2025, and can direct inquiries to Patricia Thatcher at patricia.thatcher@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil.
Clear-Com Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Clear-Com Equipment at Cannon Air Force Base in New Mexico. This opportunity is a combined synopsis/solicitation, with a focus on acquiring specific parts of Clear-Com equipment to enhance communication capabilities, which are critical for operational effectiveness. The procurement is set aside entirely for small businesses under NAICS code 334220, and proposals are due by April 15, 2025, with inquiries accepted until April 10, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can contact Michael Barbera or 2d Lt Nick Cervantes for further information.
Unmanned Aerial Vehicle (UAV) and Unmanned Aircraft System (UAS) Training
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to acquire training courses for operators of the BlackJack Unmanned Aerial Vehicle (UAV) and Scan Eagle Unmanned Aircraft System (UAS) through a sole source procurement. This training is intended for the Naval Education and Training Security Assistance Field Activity (NETSAFA), which coordinates international education and training for the U.S. Navy, emphasizing the operational capabilities of these UAVs for surveillance and reconnaissance missions. The government plans to award a firm fixed price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract to Insitu, Inc., the Original Equipment Manufacturer, with performance expected to commence around June 20, 2025. Interested parties can direct inquiries to Erin Kilrain at erin.kilrain@navy.mil, with the procurement process governed by FAR Subpart 13.5.
C-40 Flight Simulator Training Follow-on
Buyer not available
The Department of Defense, specifically the Air Force's 763rd Enterprise Sourcing Squadron (763 ESS), is seeking sources for follow-on flight simulator training for the C-40B/C aircraft, which supports executive airlift missions. The procurement requires contractors to provide FAA-approved classroom and simulator training for various pilot courses, including Initial Qualification and Refresher Training, utilizing certified instructors and simulators at an FAA-approved facility. This training is crucial for maintaining pilot readiness and safety standards within the Air Mobility Command and other associated units. Interested businesses, particularly those classified as small disadvantaged, HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman-Owned Small Businesses, must submit their capabilities and plans for joint ventures by May 6, 2025, to the primary contact, Blake Beckmann, at blake.beckmann@us.af.mil or by phone at 618-256-9951.
Request for Quotes - Brand Name Skydio, Inc, Drone Products - Total Small Business Set-Aside
Buyer not available
The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is soliciting quotes for the procurement of a brand name Skydio, Inc. drone product, specifically the X10D + 3D Scan Starter Solution. This procurement is a Total Small Business Set-Aside, meaning only quotes from small business concerns will be considered, and the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria. The anticipated delivery date for the product is June 17, 2025, with quotes due by April 16, 2025, at 1400 Pacific Time. Interested offerors should direct inquiries to Contract Specialist Stephen O'Neill at stephen.a.oneill8.civ@us.navy.mil or by phone at 619-553-5493.
PROLONGED FIELD CARE TRAINING
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified vendors to provide Prolonged Field Care Training under solicitation FA568225Q8006. This training aims to enhance medical competencies for personnel involved in Large-Scale Combat Operations, focusing on advanced patient management skills and practical exercises. The selected contractor will be responsible for delivering comprehensive training, including qualified instructors and necessary medical equipment, with services expected to commence by June 3, 2025. Interested vendors must submit their quotes by April 16, 2025, and can direct inquiries to Contracting Officer Adam Bernas at adam.bernas@us.af.mil or Jessica De Benedet at jessica.debenedet.it@us.af.mil.
Powered Flight Program (PFP) United States Naval Academy (USNA) Combined Synopsis and Solicitation
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is soliciting proposals for flight training services to support the United States Naval Academy's Powered Flight Program (PFP). The objective of this procurement is to provide military procedure-based flight training, enhance student screening for aeronautical adaptability, and reduce attrition rates in follow-on flight schools. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be awarded as a Firm-Fixed Price (FFP) contract, with services to be performed at Easton Airport in Maryland from May 1, 2025, to April 30, 2026. Interested contractors must submit their proposals by 2:00 PM EST on April 15, 2025, and can request the Performance Work Statement and Quality Assurance Surveillance Plan from Contract Specialist Gabriella Hinds at gabriella.h.hinds.civ@us.navy.mil.
Microwave System Replacement - Cannon AFB
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to replace the outdated microwave communication system between Cannon Air Force Base (CAFB) and the Melrose Air Force Range (MAFR) in New Mexico. The objective is to implement a new Aviat microwave system that meets increased bandwidth demands while ensuring high reliability and performance, with the project encompassing various aspects such as project management, systems engineering, and a seamless transition from the old to the new system. This procurement is crucial for enhancing communication infrastructure and operational capabilities while adhering to regulatory standards. Interested parties must be registered in the System for Award Management (SAM.gov) and are encouraged to submit statements of capabilities via email to SSgt Aaron Scott at aaron.scott.24@us.af.mil and SrA Logan Gaib at logan.gaib@us.af.mil, as this is a Sources Sought announcement and not a Request for Quotation.
TRP 2 MOBILITY TRAINING - AVIANO AB
Buyer not available
The Department of Defense, through the 31 Contracting Squadron at Aviano Air Base, is seeking quotes for Long Range Off-Road Ground Mobility training as part of its Agile Combat Employment Training initiative. The training aims to enhance the operational capabilities of the 57th Rescue Squadron by addressing mobility tactics essential for Large Scale Combat Operations, including vehicle mechanics, recovery techniques, and navigation. This procurement reflects the Air Force's commitment to improving tactical readiness and survivability in critical missions. Interested vendors must submit their quotes by April 16, 2025, and can direct inquiries to Jara Zanut at jara.zanut.it@us.af.mil or Joshua Largent at joshua.largent@us.af.mil, with training scheduled to occur from June 2-6, 2025, in the U.S. or NATO member countries.
Aviation Support Services - Extension
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking vendors for the extension of Aviation Support Services at Yuma Proving Ground, Arizona, under a Sources Sought Notice. The government intends to extend the current contract (W91151-19-C-0007) for an additional 45 days, from May 16, 2025, to June 30, 2025, and is soliciting responses from interested businesses to support a competitive procurement process. This opportunity is particularly relevant for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and other small businesses, as they are encouraged to demonstrate their capabilities and experience in meeting the requirements outlined in the attached Performance Work Statement (PWS). Interested parties should contact Maria Fonseca at maria.r.fonseca.civ@army.mil or 928-328-6163 for further details, and responses must be submitted to facilitate the determination of competition viability.