Douglas A-1 Skyraider Aircraft Services
ID: 24112612235Type: Sources Sought
Overview

Buyer

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

NAICS

Flight Training (611512)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Air Force, is seeking qualified vendors to provide Douglas A-1 Skyraider aircraft services for the United States Air Force Test Pilot School (USAF TPS) at Edwards Air Force Base, California. The primary objective is to conduct qualitative evaluation flights for TPS students, which includes instruction on aircraft operation and emergency procedures, without government oversight. The A-1 Skyraider is a historically significant aircraft used for training purposes, and the contract will span five years, with performance primarily at Eglin AFB, Florida, and secondarily at Edwards AFB. Interested parties should direct inquiries to Jaymi Taplin at jaymi.taplin@us.af.mil or Carlos A. Barrera at carlos.barrera.8@us.af.mil, as this opportunity is currently a Sources Sought notice under the 8(a) Sole Source program, with no proposals being accepted at this time.

    Point(s) of Contact
    Files
    Title
    Posted
    The A-1 Skyraider RFI document addresses vendor inquiries regarding the acquisition of A-1 aircraft for the Air Force Test Center. Firstly, it confirms that the Center accepts past performance on similar aircraft instead of requiring exact experience, allowing for potential waivers. Secondly, it clarifies that vendors do not need to secure the aircraft before submitting proposals, but must disclose procurement sources due to mandatory maintenance facility inspections, given the aircraft's historic nature. Lastly, the document notes that currently, the government is not combining RFP notices into a single procurement strategy but leaves the possibility open for future changes. This communication illustrates the government's flexibility and need for transparency while reaffirming its procedural guidelines in the RFP process.
    The Performance Work Statement (PWS) outlines a federal contract for providing qualitative evaluation services of the Douglas A-1 Skyraider aircraft for the United States Air Force Test Pilot School (USAF TPS) at Edwards AFB, CA. The main objective is to conduct training flights for TPS students and staff without government oversight, including instruction on aircraft operation, emergency procedures, and ground operations. The contract spans five years, with performance primarily at Eglin AFB, FL, and secondary at Edwards AFB, CA. The document details essential tasks such as pre-flight briefings, in-flight instruction, and post-flight debriefings, emphasizing safety and instructor qualifications, including FAA certifications and extensive flight hours. Key deliverables and performance measurement criteria encompass availability and readiness of aircraft and aircrew, adherence to federal regulations, and effective instructional performance validated through evaluations and customer feedback. Government oversight includes ensuring compliance with quality metrics defined in the contract, with corrective action procedures established for non-conformance. This contract signals the government's commitment to professional development within military aviation and highlights compliance with safety and operational standards crucial for effective training. Overall, it underscores the partnership between contractors and the government in fulfilling mission-critical educational objectives for military pilots.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    T-33 J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a sole source justification for the T-33 Performer. This procurement aims to secure professional support services classified under the PSC code R499, which encompasses various professional services. The T-33 Performer is critical for operational readiness and mission success, highlighting the importance of this contract. Interested parties can reach out to Kenya Martin at kenya.martin.1@us.af.mil or Brittany Judd at brittany.judd@us.af.mil for further details regarding this opportunity, which is based in Goldsboro, NC.
    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.
    P-40 Warhawk Performance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a contract for the performance of the P-40 Warhawk, as outlined in the attached Sole Source Justification document. This procurement is categorized under the social-recreational industry and is intended to fulfill specific operational requirements at Little Rock Air Force Base in Arkansas. The P-40 Warhawk is a significant asset for training and operational readiness, emphasizing the importance of maintaining and enhancing its performance capabilities. Interested parties can reach out to Abigail Hebert at abigail.hebert@us.af.mil or Kali Finke at kali.finke@us.af.mil for further details, with both contacts available at 501-987-3837.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking quotes for a training program focused on the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide a comprehensive biannual, ten-day Initial Qualification Training (IQT) course for up to six personnel, covering essential topics such as FPV system theory, design, assembly, and advanced flight techniques, with a total of 80 hours of instruction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a Firm-Fixed-Price contract, with the base year commencing on January 15, 2026, and includes two option years. Interested parties should direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, and note that the current solicitation is not funded as per FAR Clause 52.232-18.
    P-40 Warhawk J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a sole source justification for the P-40 Warhawk Performer. This procurement aims to secure professional support services categorized under PSC code R499, which encompasses various professional services. The P-40 Warhawk is a critical asset, and the selected performer will play a vital role in its operational effectiveness. Interested parties can reach out to Brittany Judd at brittany.judd@us.af.mil or by phone at 919-722-1732 for further details regarding this opportunity.
    F35 Seek Eagle ZTP
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking responses for the development of a government-owned, state-of-the-art F-35A/B/C wind tunnel model, along with compatible facilities at the Arnold Engineering Development Center (AEDC) in Arnold AFB, Tennessee. This initiative is being led by the Air Force SEEK EAGLE Office (AFSEO) located at Eglin Air Force Base in Florida, and aims to enhance the testing capabilities for the F-35 aircraft. Interested parties are required to document their responses on the attached QA Response excel sheet, and inquiries can be directed to Melissa Hoover at melissa.hoover.1@us.af.mil or by phone at 850-882-0273.
    Transient Alert Services 1 Bridge 2 Modification
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Transient Alert Services 1 Bridge 2 Modification, which involves multiple award ID/IQ contracts aimed at providing essential support for aircraft not assigned to a base or those in transit. The primary objectives of this procurement include aircraft management control, processing, emergency response services for both in-flight and ground emergencies, and ensuring environmental compliance in accordance with Air Force Instructions. These services are critical for maintaining operational readiness across 44 mandatory bases and 11 optional bases within the Air Force. Interested parties can reach out to Alexis Strieker at alexis.strieker@us.af.mil or Jennifer L. Gasparich at jennifer.gasparich@us.af.mil for further details.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    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.
    Thailand Training - Intent to Sole Source to Textron Aviation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract to Textron Aviation Defense for specialized training related to the AT-6 aircraft. The training requirements include HMP-400 Gun System Specialist Training for three students, AT-6 Generalist Maintainer Training for five students, AT-6 Instructor Pilot Full Training for three students, and Rover Ground Terminal Operator Training for two students, along with necessary installation hardware kits exclusive to Textron Aviation Defense. This procurement is critical for ensuring that personnel are adequately trained on advanced aircraft systems and operations, with the contract expected to be added to the existing contract FA8637-23-C-0001. For further inquiries, interested parties may contact Nick A. Costides at nicholas.costides@us.af.mil or Maureen Robinson at maureen.robinson.3@us.af.mil.
    Sources Sought for Pilatus PC-12 Pilot Qualification Training
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for Pilatus PC-12 Initial and Recurrent Pilot Qualification Training for its Aviation Safety Inspectors and Aircraft Certification Pilots. The procurement aims to identify vendors capable of providing comprehensive training that meets FAA regulations and congressional mandates, including ground school and flight training, with adherence to specific guidelines outlined in the Performance Work Statement (PWS). This training is critical for ensuring that FAA personnel achieve an unrestricted type rating on the PC-12 aircraft, which is essential for maintaining aviation safety standards. Interested vendors must submit their capability statements by 5:00 p.m. CT on January 9, 2026, to Shelley Howard at shelley.a.howard@faa.gov, as the FAA evaluates potential competition for this contract.