Air Force Special Operations Command (AFSOC) Air Commando Training Support II (ACTS II)
ID: FA8621-25-R-B007Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8621 AFLCMC WNSK SIMSWRIGHT PATTERSON AFB, OH, 45433-7249, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- TRAINING AIDS AND DEVICES (J069)
Timeline
  1. 1
    Posted Dec 26, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 27, 2025, 12:00 AM UTC
  3. 3
    Due Jan 28, 2025, 4:59 AM UTC
Description

The Department of Defense, through the United States Air Force, is seeking to establish a sole-source contract for the Air Commando Training Support II (ACTS II) program, primarily aimed at Lockheed Martin Rotary and Mission Systems. This procurement focuses on providing ongoing sustainment, modernization, and support for AFSOC, including both domestic and international training simulations, with key elements such as training system support, contractor logistics support, and cybersecurity enhancements. The opportunity is critical for maintaining the effectiveness of training devices and systems used by Air Force personnel, ensuring they are equipped with the latest technology and support. Proposals are due by January 10, 2025, and interested parties can reach out to John Lindsay at john.lindsay.2@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Jan 27, 2025, 5:04 PM UTC
The document outlines a presolicitation notice for a proposed sole-source contract by the United States Air Force, specifically aimed at Lockheed Martin Rotary and Mission Systems. This contract focuses on providing ongoing sustainment, modernization, and support for the Air Force Special Operations Command (AFSOC) Air Commando Training Support II (ACTS II) and covers both domestic and international training simulations. Key contract elements include training system support, contractor logistics support, cybersecurity, and the potential procurement of new training devices. This presolicitation does not serve as a formal Invitation for Bids or Request for Proposals, nor does it commit the government to any procurement actions. The opportunity is classified under the product service code J069, which pertains to maintenance, repair, and rebuilding of training equipment and devices. Proposals are due by January 10, 2025, with the intended contract being awarded using other-than-full-and-open competition as permitted under 10 USC 2304(c)(1). For further details, interested parties can contact John Lindsay at the provided email address.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Base Operations Support Services – Air Education Training Command Enterprise Solution DRAFT RFP
Buyer not available
The Department of Defense, through the Air Education and Training Command (AETC), is seeking qualified contractors to provide Base Operations Support (BOS) services via a Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ) agreement. This procurement aims to establish a strategic sourcing vehicle for comprehensive mission support services, including aircraft maintenance, resource management, and emergency services, across various U.S. locations, with a focus on promoting small business participation through designated pools for small businesses and 8(a) contractors. The contract, valued at approximately $4 billion, will span from September 2026 to September 2036, with task orders awarded based on a fair opportunity proposal request process. Interested parties must submit questions by April 14, 2025, and can reach out to Kari Barnett at kari.barnett@us.af.mil or Ricardo Flores at ricardo.flores.16@us.af.mil for further information.
T-7 Operational Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide follow-on operational support for two T-7A Engineering and Manufacturing Development (EMD) aircraft at Edwards Air Force Base (EAFB). The primary objectives include comprehensive maintenance support, supply chain logistics management, and ensuring readiness for operational testing and certification over an 18-month period. This opportunity is crucial for maintaining the operational capabilities of the T-7A aircraft, which are essential for military training and operations. Interested firms must respond within 30 days and are encouraged to register in the System for Award Management (SAM) database to be considered for future contracts. For further inquiries, potential contractors can contact Matthew North at matthew.north@us.af.mil or Elijah A. Welenc at elijah.welenc@us.af.mil.
Operations, Maintenance, and Support of ACC Primary Training Ranges
Buyer not available
The Department of Defense, specifically the Air Combat Command Acquisition Management Integration Center, is seeking qualified contractors for the operations, maintenance, and support of Primary Training Ranges (PTR) across multiple locations in the United States. This procurement aims to ensure effective management of various training ranges, including Bombing & Gunnery ranges and Electronic Warfare Sites, which are critical for providing realistic training environments for air combat units. A virtual Industry Day is scheduled for December 9, 2024, to engage potential contractors, with registration required by December 2, 2024, and a solicitation expected to be issued by June 23, 2025. Interested parties can contact Capt Ryan Tagatac at ryanmark.tagatac.3@us.af.mil or Sandra Redfearn at sandra.redfearn@us.af.mil for further information.
Notice of Intent to Award Sole Source - DAC Worldwide & Amatrol Training Equipment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the procurement of 361 TRS AGE Test Equipment to Technical Laboratory Systems, Inc. This acquisition is critical for the operational readiness and training capabilities of the 361st Training Squadron at Sheppard Air Force Base, Texas. The anticipated award date is around April 15, 2025, and interested parties must submit their capability documentation in writing to the primary contacts, Kimberly Rico and Kyle Contreras, by April 3, 2025, at 12:00 PM. This procurement is set aside for small businesses under the SBA guidelines, with a size standard of 750 employees.
Sole Source - 74243 - EOTS GAP ANALYSIS SERVICE
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting a sole source contract for the Electro-Optical Targeting System (EOTS) Gap Analysis Service, to be awarded to Lockheed Martin Corporation. This procurement aims to conduct a comprehensive gap analysis to establish software sustainment capabilities for the F-35 Joint Strike Fighter at Robins Air Force Base in Georgia, focusing on critical operational and technical data requirements. The contract will involve the submission of various technical reports, including a Quality Control Plan and Accident/Incident Reports, with strict adherence to submission timelines and distribution restrictions to safeguard sensitive information. Interested parties can reach out to Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further details regarding this opportunity.
Air Force Special Operations Command Areas of Interest
Buyer not available
The Air Force Special Operations Command (AFSOC) is seeking industry partners to support its identified Areas of Interest for the 2024-2025 period. AFSOC aims to enhance mission effectiveness through advanced capabilities in various operational domains, including integrated antennas for communication, battlefield trauma care, autonomous threat identification, and cyber surveillance, among others. These initiatives are crucial for improving operational readiness and adaptability in contemporary military operations, particularly in complex combat environments and austere conditions. Interested parties should contact the Technology and Industry Liaison Office (TILO) at AFSOC.A8.TILO@us.af.mil, providing a capability brief and completing the Industry Information Form linked in the notice.
Force on Force Training Systems Production & Lifecycle Support
Buyer not available
The Department of Defense, through the Marine Corps Systems Command, is seeking potential vendors for the continued production and lifecycle support of the Marine Corps Tactical Instrumentation Systems (MCTIS). The procurement aims to provide Contractor Logistics Support (CLS), engineering support, training systems integration, and post-deployment software support to enhance the training capabilities of the Fleet Marine Forces. This initiative is crucial for maintaining and improving military training systems, ensuring adaptability for future integrations with other training devices. Interested companies are encouraged to submit a capabilities statement by April 11, 2025, detailing their qualifications and relevant experience, as the anticipated contract type is Indefinite Delivery Indefinite Quantity (IDIQ) with awards expected in the first quarter of FY26. For further inquiries, interested parties may contact Tania Mercado at tania.j.mercado.civ@usmc.mil or Catherine Opsahl at catherine.opsahl@usmc.mil.
Command Aircraft Crew Training (CACT) Program for Academic Maintenance Training on the C-40A Aircraft Recompete
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking qualified contractors to support the Command Aircraft Crew Training (CACT) program, specifically for academic maintenance training on the C-40A aircraft (Boeing 737-700C). This procurement aims to facilitate practical training on various aircraft systems, ensuring that the training courses meet the Air Transport Association (ATA) Specification 104 Level II or higher criteria. The selected contractor will be responsible for delivering comprehensive maintenance training programs, which include certified instructors, necessary facilities, and training materials, with a focus on hands-on training using actual or mock components. Interested parties must submit their capabilities and qualifications by April 10, 2025, as the anticipated Firm Fixed Price (FFP) contract will commence on February 1, 2026, following the expiration of the current contract with Delta Air Lines, Inc. For further inquiries, interested contractors can contact Sara Falk at sara.r.falk.civ@us.navy.mil or Virginia Marquez at virginia.l.marquez.civ@us.navy.mil.
Special Warfare Training Wing (SWTW) Human Performance Support Services
Buyer not available
The Department of Defense, specifically the Air Force, is seeking information from potential contractors to provide Human Performance Support Services for the Special Warfare Training Wing (SWTW) at Fort Cavazos, Texas. The primary objective is to enhance the training and performance of Air Force Special Warfare candidates through comprehensive training support, administrative assistance, and data analysis, while implementing a Human Performance Support and Strength & Conditioning curriculum. This initiative aims to address high attrition rates and optimize the training pipeline, ensuring candidates are adequately prepared for operational demands. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by 12:00 PM (CST) on April 11, 2025, and may direct inquiries to Jackson Hager at jackson.hager@us.af.mil or Kevin Harris at kevin.harris.58@us.af.mil.
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 fully functional Primary Training Range, which includes air-to-ground and ground training operations, facility maintenance, and various support services such as electronic warfare and paramedic services. The MAFR is critical for military training and readiness, accommodating diverse training requirements for both Department of Defense and civilian agencies. The anticipated contract value ranges between $100 million and $250 million, with a performance period of five years and potential extensions based on contractor performance. Interested vendors must submit their proposals by April 11, 2025, and can direct inquiries to Patricia Thatcher at patricia.thatcher@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil.