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)
    Dept Of Defense
    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.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAWC Training Systems Division, is soliciting proposals for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to secure engineering services related to the maintenance, repair, and rebuilding of training aids and devices for submarine training systems. The successful contractor will play a crucial role in ensuring the operational readiness and effectiveness of submarine training programs. Interested parties should note that changes have been made in Amendment 01 of the RFP, and all relevant documents will be distributed via DoD SAFE due to size constraints. For further inquiries, potential bidders can contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or call 407-380-4013.
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 combat Training System (P6CTS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is seeking contractors for the Tactical Combat Training System Increment II (TCTS II) and the United States Air Force equivalent P6 Combat Training System (P6CTS). The procurement involves providing supplies and services for the production, modernization, and sustainment of TCTS II/P6CTS assets, which include Airborne Subsystems, Ground Systems, Ancillary Mission Equipment, and Spares, along with various support services such as Program Management and Cyber Engineering. This initiative is critical for enhancing training capabilities for both the Navy and Air Force, ensuring that personnel are equipped with the latest technology and support. Interested parties can direct inquiries to Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil, with feedback on the draft solicitation due by January 23, 2026, and the contract performance period spanning from September 25, 2026, to September 25, 2030.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Dept Of Defense
    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.
    Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
    Dept Of Defense
    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.
    Undergraduate Jet Training System (UJTS) Request for Information March 2025
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, is seeking information regarding the Undergraduate Jet Training System (UJTS) program, aimed at enhancing jet training for U.S. Navy and Marine Corps aviators. The procurement will focus on Engineering, Manufacturing, and Development (EMD) of the UJTS solution, along with the initial procurement of Low-Rate Initial Production (LRIP) aircraft and ground-based training systems, with an emphasis on achieving speed to Initial Operational Capability (IOC) and quality of training. This initiative is critical for replacing the T-45 Combined Multi-Service Pilot Training System, ensuring that the U.S. military maintains high standards in pilot training. Interested parties should note that the Request for Proposal (RFP) is expected to be released in late February 2026, with a contract award projected for the second quarter of fiscal year 2027. For further inquiries, respondents can contact Thomas Conrow at thomas.w.conrow.civ@us.navy.mil or Brandon Rider at brandon.f.rider.civ@us.navy.mil.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    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.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    NAVSCIATTS Logistics Support and Training
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to issue a sole-source contract to RMGS INC for logistics support and training at the Naval Small Craft Instruction and Technical School (NAVSCIATTS). This contract will provide essential logistics support and training across various specialized courses for international partners, including areas such as strategic leadership, waterborne instruction, and tactical operations, with a focus on enhancing NAVSCIATTS' capability to deliver high-quality training. The contract is expected to extend current services until approximately August 2026, allowing for a competitive follow-on procurement to be conducted, with interested parties required to submit their written technical capabilities by December 26, 2025, to Matthew Forsythe at the provided email address.