CISLANT Notice of Tentative Acquisition Strategy under FTSS V MAC Lot 1
ID: N6134026R0003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- TRAINING AIDS AND DEVICES (J069)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is issuing a Final Request for Proposal under the Fielded Training Systems Support (FTSS) Multiple Award Contract (MAC) V Lot 1 for Contractor Instructional Services for Naval Air Forces Atlantic Fleet (CISLANT). This procurement aims to support training devices at various sites, including NS Norfolk, NAS Oceana, NAS Jacksonville, and NS Mayport, with a performance period of 60 months, starting with mobilization on July 1, 2026. The selected contractor will provide essential instructional services for military training, ensuring the effective operation and maintenance of critical training aids and devices. Interested FTSS V MAC holders must contact Lynn Carlson at lynn.a.carlson4.civ@us.navy.mil or call 407-694-6394 to access the necessary documents and further details regarding the proposal.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, "Attachment 1 - FTSS V POC List," provides a comprehensive list of contractors for Lot 1 (Unrestricted) of the FTSS V program. It details seven companies: CAE USA Incorporated, BGI-Aero Simulation, Incorporated (ASI) Joint Venture, Valiant Global Defense Services, Incorporated, Delaware Resource Group (DRG) of Oklahoma, Limited Liability Company, Fidelity Technologies Corporation, FlightSafety Defense Corporation, and LB&B Associates, Incorporated. For each contractor, the document lists their address, Cage Code, UEI, and primary, secondary, and sometimes tertiary points of contact, including names, titles, contact numbers, and email addresses. This attachment serves as a crucial reference for identifying and contacting the key personnel associated with these unrestricted contractors under the FTSS V program.
    Attachment L-5 outlines the Government Furnished Information (GFI) Request and Non-Disclosure Agreement (NDA) for the Fielded Training Systems Support V (FTSS V) Contractor Instructional Services for Naval Air Forces Atlantic Fleet (CISLANT) (Solicitation: N6134026R0003). This document defines GFI, specifies its dissemination methods (e.g., CD, USB drives, DoD SAFE), and details the process for requesting GFI, which requires submission of a signed form identifying personnel with access, including subcontractors. The NDA mandates strict precautions against unauthorized GFI disclosure, adherence to ITAR and EAR regulations, and certification through the Joint Certification Program. It also outlines procedures for returning or destroying GFI upon contract completion, cancellation, or government request, emphasizing the prime contractor's responsibility to flow down these requirements to subcontractors. The document includes sections for contractor completion regarding GFI requests, personnel access, and shipping information, and government sections for concurrence and tracking.
    The document provides a comprehensive list of points of contact (POCs) for various defense contractors involved in an unspecified federal initiative related to multiple Task Orders. It includes detailed information for eight different companies, including their addresses, unique identification codes, and primary and secondary contact personnel. Each entry contains names, positions, and multiple contact methods, such as phone numbers and email addresses. The companies listed are CAE USA, BGI-Aero Simulation, Valiant Global Defense Services, Delaware Resource Group, Fidelity Technologies, FlightSafety Defense Corporation, and LB&B Associates. The purpose of the document is to facilitate communication and coordination between federal agencies and these contractors in the procurement process, essential for successful contract award and execution. This strategic approach underscores the federal government's commitment to leveraging multiple entities for defense services while ensuring that points of contact are clearly articulated for effective collaboration.
    This government solicitation, N6134026R0003, is a Request for Proposal (RFP) for Contractor Instructional Services (CISLANT) under the Field Training Systems Support (FTSS V) Contract. The Naval Air Warfare Center Training Systems Division (NAWCTSD) seeks proposals for instructor services at Naval Station (NS) Norfolk, VA; Naval Air Station (NAS) Oceana, VA; NS Mayport, FL; and NAS Jacksonville, FL. The contract includes provisions for firm-fixed-price CLINs/Tasks, estimated hours for Additional Instruction, and travel reimbursement. Key sections detail performance work statements, technical data requirements, packaging, inspection, and acceptance procedures. The period of performance is from July 1, 2026, to June 30, 2031, with potential extensions. Special contract requirements address wage determinations, collective bargaining agreements, travel approval procedures, and incremental funding. The document also outlines invoicing via Wide Area WorkFlow (WAWF) and designates Technical Points of Contact (TPOCs) and Contracting Officer's Representatives (CORs).
    Similar Opportunities
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking proposals for Contractor Operations and Maintenance Services (COMS) under the Field Training Systems Support (FTSS V) Multiple Award Contract (MAC) for various Naval Air Stations. The procurement aims to provide comprehensive operational and maintenance support for Chief of Naval Air Training (CNATRA) at five locations, including NAS Corpus Christi, TX, and NAS Pensacola, FL, with a performance period of 62 months, starting with a base year and four option years. This contract is crucial for ensuring the effective training and operational readiness of naval aviation personnel. Interested parties should note that the anticipated release date for the Request for Proposal (RFP) is January 5, 2026, with proposals due shortly thereafter, and can contact Janet Fondriest at janet.l.fondriest.civ@us.navy.mil for further information.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    Military Free Fall Training Support Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to award a Firm Fixed Price indefinite delivery indefinite quantity (IDIQ) contract for Military Free Fall (MFF) Training Support Services for the Commander, Explosive Ordnance Disposal Group TWO (COMEODGRU TWO). The contractor will be responsible for providing fully qualified Accelerated Free Fall Instructors, parachute riggers, and other personnel necessary for instructional support and quality assurance inspection related to the course of instruction. This procurement is crucial for maintaining the operational readiness and training standards of military personnel involved in explosive ordnance disposal operations. The solicitation is expected to be available on or around February 2, 2026, and interested contractors should direct inquiries to Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking procurement of supplies and services to support the U.S. Navy's Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This initiative aims to provide advanced air combat training capabilities, including secure air-to-air and air-to-ground data links, with features such as encryption and enhanced threat environments for various aircraft types. The TCTS II system is designed for both range-tethered and untethered training, ensuring interoperability with existing infrastructure and previous TCTS variants. Interested parties should note the tentative schedule, with a draft RFP expected on January 16, 2026, an RFP release on February 4, 2026, and a contract award anticipated by September 24, 2026. For further inquiries, contact Kurt Susnis at kurt.susnis@navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil.
    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.
    Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified sources for the Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II. This procurement aims to provide essential services for the revision and maintenance of training programs for Navy and Marine Corps personnel, ensuring the accuracy and currency of various curricula and electronic classroom systems. The PACRM MAC II will facilitate streamlined and responsive procurements to meet the long-term training needs of Naval and Marine Corps commands, as well as other government training support activities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Kelly Stevens at kelly.m.stevens4.civ@us.navy.mil or call 407-380-4143 for further details, with the contract anticipated to be awarded by August 26, 2025.
    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.
    2027 Flight Test Instrumentation (FTI)Development, Production, Support, and Installation
    Buyer not available
    The Department of Defense, specifically the Strategic Systems Programs (SSP) under the Department of the Navy, is conducting market research through a Sources Sought Notice for the development, production, support, and installation of Flight Test Instrumentation (FTI) systems for the fiscal year 2027. The procurement aims to secure engineering services that encompass maintenance, operation, logistics support, and life cycle management for FTI systems utilized in various flight tests, including those for the Trident II and Nuclear-Armed, Sea-Launched Cruise Missile (SLCM-N). This initiative is critical for ensuring the reliability and effectiveness of strategic weapons systems, as it involves advanced engineering support, system upgrades, and collaboration with other agencies to enhance operational capabilities. Interested firms must submit their White Paper Capability statements by December 17, 2025, to SPN208@ssp.navy.mil, demonstrating their qualifications and relevant experience in similar projects.
    Taiwan ? Installation, Training, and Engineering Services (ITES)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWAR), is seeking proposals for the Taiwan Installation, Training, and Engineering Services (ITES) contract. This procurement aims to provide comprehensive program management, engineering, technical, integration, installation, testing, and training support services in both the Continental United States (CONUS) and Taiwan, in alignment with U.S. Government international agreements. The contract will include a one-year base period with four optional one-year extensions and is anticipated to involve minor construction activities in Taiwan. Interested parties should direct inquiries to Magdalena Uriostigue at magdalena.uriostigue.civ@us.navy.mil or 619-823-0496, and are advised that the contract award is expected by June 2026. A signed Non-Disclosure Agreement (NDA) will be required for access to the full Request for Proposal (RFP) documents.