CNATRA COMS Notice of Tentative Acquisition Strategy under FTSS V MAC Lot I and DRAFT RFP
ID: N6134026R0002Type: 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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Request for Proposal (RFP) N6134026R0002 for Field Training Systems Support (FTSS V) Contract Task Order for Contractor Operations and Maintenance Services (COMS) at five Naval Air Stations. It outlines the requirements for proposals, including electronic submission format, content, and page limits for technical, price, and small business volumes. Key aspects include firm-fixed-price CLINs/Tasks, estimated hours for premium time and on-call support, and specific performance work statements for COMS. The RFP also details clauses for System Authorization Access Request (SAAR) for IT, protection of Navy Trademarks, inspection and acceptance procedures (including technical data), delivery and performance periods (September 2026 to October 2027 with options), and contract administration data using Wide Area WorkFlow (WAWF) for payments. Special contract requirements cover travel approval and reimbursement, and procedures for "over and above work" and excess repair/replacement costs. The document lists various attachments, including the Performance Work Statement, Price Breakout Worksheet, and wage determinations.
    This document is a Request for Proposal (RFP) N6134026R0002 for Field Training Systems Support (FTSS V) Contractor Operations and Maintenance Services (COMS) at five Naval Air Stations. It outlines the scope of work, including firm-fixed-price CLINs/Tasks, estimated hours for premium and on-call support, and specific performance requirements detailed in the Performance Work Statement (PWS) and technical data documents. Key aspects include System Authorization Access Request (SAAR) requirements for IT access, inspection and acceptance procedures, and a period of performance spanning a base year and multiple option years from September 2026 to October 2031. The RFP also details Wide Area Workflow (WAWF) payment instructions, contract administration roles (PCO, COR, TPOC), travel approval and reimbursement policies, and procedures for "Over and Above Work Requests." It incorporates various FAR and DFARS clauses by reference and full text, addressing topics like System for Award Management, safeguarding defense information, and options to extend services. Evaluation factors for award are also referenced.
    The document is a Point of Contact (POC) list, updated as of October 25, 2022, for Lot 1 (Unrestricted) of the FTSS V program. It details several companies, their addresses, Cage Codes, UEIs, and key personnel for contractual and business development inquiries. Each entry includes primary, and often secondary or tertiary, contacts with their titles, phone numbers, and email addresses. The listed companies are CAE USA Incorporated, BGI-Aero Simulation, Incorporated (ASI) Joint Venture, Limited Liability Company, 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. This list serves as a direct reference for communication with these entities regarding the FTSS V program.
    The document outlines the Point of Contact (POC) List for federal RFPs related to various defense services as of October 25, 2022. It details multiple contractors awarded with different task orders (Lot 1, Unrestricted). Each contractor entry includes the name, address, Cage Code, Unique Entity Identifier (UEI), and specific points of contact (POCs) with their roles, phone numbers, and email addresses. Key contractors such as CAE USA Incorporated, BGI-Aero Simulation, Valiant Global Defense Services, and others are highlighted. The POCs include roles like contracts manager and directors of business development, facilitating communication for government-related contracts. The list serves as a crucial resource for managing contractor details and coordinating efforts for defense contract implementations, ensuring that agencies can efficiently communicate with respective representatives during the procurement process. This document ultimately reinforces the federal commitment to transparency and accessibility in defense contracting.
    The "ATTACHMENT L-9 Fielded Training Systems Support V (FTSS V)" document outlines the procedures for requesting and managing Government Furnished Information (GFI) for the CNATRA Contractor Operation and Maintenance (COMS) solicitation (N6134026R0002). This GFI request and Non-Disclosure Agreement (NDA) defines GFI, specifies dissemination methods (CD, USB, DoD SAFE, etc.), and details the submission requirements for GFI requests, including personnel access information. It mandates the return or destruction of GFI under various conditions and outlines strict precautions for safeguarding GFI, emphasizing compliance with ITAR, EAR, and DOD regulations. Contractors must be Joint Certification Program certified for export-controlled GFI, and prime contractors are responsible for flowing down NDA requirements to subcontractors. The document also includes sections for contractors to acknowledge terms and for government concurrence and tracking of GFI distribution and return.
    Lifecycle
    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.
    Final Request for Proposal under FTSS V MAC Lot 1
    Buyer not available
    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.
    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.
    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.
    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.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    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.
    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.
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, TX; NAS Kingsville, TX; and Outlying Areas
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is seeking qualified contractors to provide Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, NAS Kingsville, and surrounding areas in Texas. The procurement aims to ensure efficient facility operations and maintenance, which are critical for supporting military readiness and operational capabilities at these naval installations. This opportunity is set aside for 8(a) competed firms under the NAICS code 561210, which pertains to Facilities Support Services, and the PSC code S216, related to housekeeping and facilities operations support. Interested parties can reach out to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or call 904-860-5758 for further details.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.