123d STS Tach Time
ID: W50S8L25QA003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NA USPFO ACTIVITY KYANG 123LOUISVILLE, KY, 40213-2614, USA

NAICS

Other Nonscheduled Air Transportation (481219)

PSC

LEASE OR RENTAL OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (W015)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide aircraft support for parachute operations for the 123rd Special Tactics Squadron. The contractor will be required to supply civilian or military aircraft, such as a C-23B Sherpa or equivalent, along with qualified aircrew for a total of 50 flight hours from September 30, 2025, to September 29, 2026, across various states including Kentucky, Indiana, Ohio, Michigan, and California. This procurement is crucial for facilitating military training operations and ensuring compliance with military airdrop standards. Interested vendors, particularly small businesses under the SBA Total Small Business Set-Aside, should contact Jonathan Vance at jonathan.vance.4@us.af.mil or 502-413-4161 for further details and to review the attached Performance Work Statement and solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be a complex ciphered or corrupted file, possibly related to federal grant mechanisms or Requests for Proposals (RFPs) within government operations. The scattered references suggest a focus on procurement processes, funding initiatives, or project evaluations that align with government contract requirements. Key elements include the potential assessment of project proposals, compliance with regulatory standards, and financial oversight. However, due to data corruption and missing content, the main ideas and structure are obscured, limiting the ability to extract detailed supporting information. The overall aim seems to be enhancing accountability and transparency in federal and state funding practices, guiding decision-making in awarding grants and contracts. Ultimately, while the file indicates substantial topics relevant to government procurement, the lack of coherent, interpretable content prevents effective analysis of specific initiatives or guidelines within this filing.
    The document outlines the solicitation for a contract under the Women-Owned Small Business (WOSB) Program, specifically for commercial products and services. The purpose is to procure services from qualified vendors, emphasizing participation from economically disadvantaged women-owned small businesses. Key sections include details about the requisition and contract numbers, solicitation issues, and contact information for inquiries. The primary item listed for procurement is "Blade Hours SC-7 or equivalent," with a total award amount of USD 25 million for the delivery period from September 30, 2025, to September 29, 2026. The document incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses addressing compliance, ethical conduct, and labor standards. Noteworthy clauses include stipulations for electronic invoicing, contractor performance standards, and prohibitions on specific telecommunications services. The emphasis on small business participation aligns with federal efforts to enhance diversity and support small enterprises in government contracting. Overall, the document demonstrates a structured approach to soliciting bids while ensuring adherence to legal and regulatory mandates.
    The Performance Work Statement outlines the requirements for contractor support of Military Freefall and Static Line Parachute Airlift operations for the 123rd Special Tactics Squadron. The contractor must provide civilian or military aircraft, specifically a C-23B Sherpa or comparable, along with qualified aircrew for training operations in designated states like Kentucky and California from September 30, 2025, to September 29, 2026. A total of 50 flight hours is required, with flexibility in scheduling and training blocks. Contractor qualifications include adherence to military airdrop standards, certifications, and experienced pilots. The aircraft must have specific features, such as troop seating for 16 parachutists, communication systems, and capabilities for high-altitude jump operations. The contractor is responsible for providing a clean and serviceable aircraft, along with necessary permits and insurances. Additional stipulations include restrictions on hiring individuals linked to conflicts of interest or potential threats to security, especially concerning government personnel. Overall, the document serves as a detailed guide for ensuring that contracted airlift services meet operational and safety standards within military training contexts, reflecting the structured approach typical of government RFPs.
    Lifecycle
    Title
    Type
    123d STS Tach Time
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    PARACHUTE, PERSONNEL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking procurement for personnel parachutes and related aerial delivery systems under contract number SPE4A723F5200. This opportunity involves the acquisition of parachutes, aerial pick-up, delivery, recovery systems, and cargo tie-down equipment, which are critical for various military operations and logistics. Interested vendors can reach out to Michelle Scott at 804-279-1221 or via email at Michelle.R.Scott@dla.mil for further details regarding this procurement. The justification for this contract is documented in the associated file, SPE4A723R0370SPE4A723F5200 JA.pdf.
    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.
    F18 AIRCRAFT TRANSPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide transport services for one F-18 aircraft from MCAS Miramar, San Diego, California, to Volk Field ANGB, Camp Douglas, Wisconsin. The contractor will be responsible for all personnel, equipment, and logistics necessary to transport the disassembled aircraft, including its fuselage and components, while ensuring compliance with safety and regulatory standards. This procurement is critical for military operations, with an estimated contract value of $40 million, and offers a total small business set-aside opportunity. Interested parties must submit their quotes by December 10, 2025, and direct any questions to the contracting office via email by December 2, 2025.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Buyer not available
    The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for training in the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide Initial Qualification Training (IQT) for up to six personnel biannually, encompassing a comprehensive ten-day course that includes system fundamentals, supervised build instruction, and extensive flight training. This training is critical for enhancing the operational capabilities of unmanned systems operators within the military context. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations by December 17, 2025, with the contract expected to commence on January 15, 2026, contingent upon future funding availability. For inquiries, contact Jeffrey S. Morris at jeffrey.s.morris.civ@socom.mil.
    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.
    MAFT (IFT-R)
    Buyer not available
    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.
    Drop Zone Safety Officer DZSO Complete Kit
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a comprehensive Drop Zone Safety Officer (DZSO) Complete Kit. This kit includes various components such as wireless controllers, light modules, wind direction indicators, and other essential equipment designed to enhance safety and operational efficiency during airborne drop zone activities. The goods are critical for ensuring the safety of personnel and equipment during airborne operations, particularly at Camp James E. Rudder, Eglin Air Force Base, FL. Interested small businesses are encouraged to reach out to Christian Quinn at christian.j.quinn3.mil@army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
    Buyer not available
    The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base, intends to procure six AMS Fighter Aircraft Transporters for delivery to Ramstein Air Force Base in Germany and other European locations. These transporters are essential for the recovery of both light and advanced fighter aircraft, designed to operate on various surfaces with a weight capacity of at least 10 tons and a low insertion height of 12 inches. This acquisition aligns with military logistics and aircraft recovery operations, enhancing operational readiness and minimizing downtime. Interested small businesses must submit their quotes by December 13, 2024, and are required to be registered in the System for Award Management (SAM) prior to submission. For inquiries, contact SSgt Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or Ms. Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    Fluid Dynamic Hoist Training
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide specialized Fluid Dynamic Hoist Training for the Colorado Army National Guard (COARNG). This training is critical to ensure that the COARNG can conduct hoist operations safely and effectively, adhering to the Army's Standard Operating Procedures (SOP) while collaborating with other state agencies in rescue operations. Air Rescue Systems (ARS) has been identified as the only provider capable of delivering this level of training, having previously supported various DoD agencies and demonstrated a strong historical background in hoist operations. Interested parties can contact Sabrina M. DeRamus at sabrina.m.deramus.civ@army.mil or by phone at 720-250-4031 for further details regarding this opportunity.