Aerospace & Defense Master of Business Program, IAW PWS dated 21 November 2025.
ID: FA857126Q0032Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- GENERAL (U009)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables from contractors. This particular form outlines a single data item: a "Status Report" for the University of Tennessee BEQ, under contract A/B/C/D001. The report, identified by Data Item Description DI-MGMT-80368A and referencing PWS Para 1.2, is required by WR-ALC/OBH. The contractor must provide a class roster via email to designated government representatives—including Alison Sheffield, Justin Gallaher, Jeff Pruitt, Curtis Green, and Kelsey Jackson—within five days of the program or course start date. The document also provides detailed instructions for both government personnel on how to complete the form and for contractors on how to estimate prices for data items based on four groups of effort. This ensures clarity in defining data requirements and associated costs within federal contracts.
    This government file, FA857126Q0032, outlines the mandatory clauses and regulations for federal government contracts, particularly for the Department of Defense. It incorporates various Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR) clauses by reference and in full text. Key areas covered include requirements relating to compensation of former DoD officials, whistleblower rights, control of government personnel work product, safeguarding covered defense information, prohibitions on certain telecommunications equipment and services, compliance with NIST SP 800-171, and restrictions on business operations with specific foreign entities or state sponsors of terrorism. The document also addresses requirements for certified cost or pricing data, electronic payment instructions via Wide Area WorkFlow (WAWF), and clauses related to commercial products and services, including small business utilization, labor standards, environmental protection, and trade agreements. It details procedures for offeror representations and certifications, exceptions from certified cost or pricing data, and outlines the government's ordering and payment terms. Overall, the file ensures contractor compliance with an extensive range of federal laws and regulations for acquisitions.
    The Department of the Air Force, Air Force Sustainment Center PZIMB, Robins AFB, GA, has issued a combined synopsis/solicitation (FA857126Q0032) for a 48-month Indefinite Delivery Contract (IDC) – Requirements type contract. This is a single-source acquisition awarded to the University of Tennessee, Knoxville, TN, for commercial services under NAICS Code 611430 (Professional and Management Development Training). The requirement includes an Aerospace and Defense MBA Program and an Industrial Operations Leadership, Management, and Strategy Certificate. Quotes were due by December 19, 2025, 12:00 PM EST, with an anticipated award date of January 1, 2026. The contract will be Firm Fixed Priced (FFP) and requires offerors to demonstrate financial capability. The period of performance spans from January 1, 2026, to December 31, 2030, across a base year and four ordering periods.
    The Performance Work Statement (PWS) outlines a 48-month Best Estimated Quantity (BEQ) contract for the University of Tennessee to provide workforce development training. This includes an Industrial Operations Leadership, Management, and Strategy Certificate Program and an Aerospace & Defense (A&D) MBA Program for the Warner Robins Air Logistics Complex (WR-ALC) at Robins Air Force Base, Georgia. The contractor is responsible for all personnel, equipment, supplies, and materials. Key requirements include providing class rosters within five days of a program start, managing
    The provided government file indicates that the document content could not be displayed. It suggests that the user's PDF viewer might not be able to render the document type and recommends upgrading to the latest version of Adobe Reader. It also provides links for downloading Adobe Reader for various operating systems and for seeking further assistance. The document includes trademark information for Windows, Mac, and Linux. The purpose of this file appears to be a placeholder or error message within a government document, rather than substantive content related to RFPs or grants.
    This document, Wage Determination No. 2015-4643, Revision No. 30, issued by the U.S. Department of Labor, establishes minimum wage rates and fringe benefits for service contract employees in specific Tennessee counties (Anderson, Blount, Campbell, Grainger, Knox, Loudon, Morgan, Roane, Union). It lists various occupations across different categories, including administrative, automotive, food service, health, information technology, and maintenance, each with a corresponding hourly wage. The document also details fringe benefits such as health and welfare contributions, vacation leave, and eleven paid holidays. It includes important notes on Executive Orders 13706 and 13658, concerning paid sick leave and minimum wage for federal contractors, respectively. Additionally, it outlines hazardous pay differentials, uniform allowance requirements, and the conformance process for unlisted occupations, emphasizing the importance of matching job duties rather than just titles.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 of Business in Professional Leadership Program, IAW PWS dated 30 July 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide a Master of Business in Professional Leadership Program and related services for the Warner Robins Air Logistics Complex (WR-ALC) at Robins Air Force Base, Georgia. The contractor will be responsible for delivering all necessary personnel, equipment, supplies, and non-personal services to facilitate courses, certificates, and intern housing, including the Fundamentals of Business Aviation Certificate Program and housing for interns participating in the summer internship program. This procurement is crucial for enhancing the professional development of personnel at WR-ALC and is structured as a sole source contract with a 24-month duration. Interested parties can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further details, with the anticipated award date set for January 1, 2026.
    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.
    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.
    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.
    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.
    FY26_Notice of Intent to Award Sole Source_Instructional Management and Learning Support Requirement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract to C2 Technologies, Inc. for Instructional Management and Learning Support at Maxwell Air Force Base, Alabama. This contract, which spans a period of seven months from February 19 to September 25, 2026, aims to provide essential management, instruction, and program enhancements for both graduate and undergraduate levels at Air University. Interested parties are invited to submit capability statements by December 18, 2025, to the primary contacts, Samantha Millington and Mark K. Restad, via the provided email addresses and phone numbers, as this notice serves informational purposes only and does not constitute a request for competitive proposals.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    Spatial Disorientation CLS
    Dept Of Defense
    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.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    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.