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
Special Warfare Training Wing (SWTW) Rotary and Fixed Wing Airlift Support
Buyer not available
The Department of Defense, specifically the Special Warfare Training Wing (SWTW), is seeking information from contractors capable of providing rotary and fixed-wing airlift support for training operations related to the Air Force Sustainment Center’s Career Field Education and Training Plan (CFETP). The primary objective is to ensure that candidates for Pararescue Jumpers, Combat Controllers, Combat Rescue Officers, and Special Tactics Officers receive the necessary air support for various training scenarios, including parachuting methods and emergency medical evacuations. This initiative addresses current limitations in Department of Defense air support availability, which affects training scheduling due to operational priorities. Interested contractors must submit their responses by April 11, 2025, and can direct inquiries to Jackson Hager at jackson.hager@us.af.mil or Kevin Harris at kevin.harris.58@us.af.mil.
C-40 Flight Simulator Training Follow-on
Buyer not available
The Department of Defense, specifically the Air Force's 763rd Enterprise Sourcing Squadron (763 ESS), is seeking sources for follow-on flight simulator training for the C-40B/C aircraft, which supports executive airlift missions. The procurement requires contractors to provide FAA-approved classroom and simulator training for various pilot courses, including Initial Qualification and Refresher Training, utilizing certified instructors and simulators at an FAA-approved facility. This training is crucial for maintaining pilot readiness and safety standards within the Air Mobility Command and other associated units. Interested businesses, particularly those classified as small disadvantaged, HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman-Owned Small Businesses, must submit their capabilities and plans for joint ventures by May 6, 2025, to the primary contact, Blake Beckmann, at blake.beckmann@us.af.mil or by phone at 618-256-9951.
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.
NOTICE OF INTENT TO AWARD SINGLE SOURCE to PLEXSYS Interface Products, Inc. for Advanced Simulation Combat Operations Trainer (ASCOT) and Direct Link Interface (DLI) systems software support.
Buyer not available
The Department of Defense, specifically the 673d Contracting Squadron at Joint Base Elmendorf-Richardson (JBER) in Alaska, intends to award a single-source contract to PLEXSYS Interface Products, Inc. for software support of the Advanced Simulation Combat Operations Trainer (ASCOT) and Direct Link Interface (DLI) systems. This procurement aims to secure proprietary software support, unique troubleshooting capabilities, and system-trained technicians necessary for the maintenance and software updates of the ASCOT and DLI systems, which are critical for military training operations. The contract will cover one year of support from June 1, 2025, to May 31, 2026, with an option for an additional year, and is expected to be awarded on May 31, 2025. Interested parties may submit capability statements by April 24, 2025, to Jason P. Topick at jason.topick.1@us.af.mil, with specific guidelines for submission outlined in the notice.
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.
Request for Information (RFI) for Multiple Award Indefinite Delivery / Indefinite Quantity Contract (MAC IDIQ) for Air Force Aircrew Training Portfolio
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking interested contractors to support a multiple-award Indefinite Delivery/Indefinite Quantity (MAC IDIQ) contract for the Air Force aircrew training portfolio. This Request for Information (RFI) aims to identify contractors capable of providing various training services, including initial qualification, mission qualification, and continuation training for Department of Defense aircrew, along with developing instructional courseware and managing aircrew support positions. The selected contractors must meet stringent requirements, including holding a Top Secret security clearance, ISO 9001 certification, and demonstrating substantial prior experience in relevant training and contract management. Interested parties should submit their capabilities statements, not exceeding ten pages, along with any feedback on the requirements, to Anita Rochford at anita.rochford.2@us.af.mil. The deadline for submissions has not been specified in the overview.
ICD 705/SSM Physical Security Training
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals from qualified small businesses for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base in Ohio. The training aims to enhance the skills of security personnel responsible for overseeing Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facilities (SAPF), ensuring compliance with federal security standards. The contract is valued at approximately $15 million and spans from August 2025 to September 2028, with proposals due by April 29, 2025. Interested offerors can contact Curtis Thomas at curtis.thomas.4@us.af.mil or Candice Snow at candice.snow@us.af.mil for further details.