Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT

Active
N6134026R1017Federal
AI Contract Overview
Show more

The Naval Air Warfare Center Training Systems Division (NAWCTSD) seeks support for the Command Aircraft Crew Training (CACT) Program focused on academic and simulator instruction for the UC-35D aircraft, a military variant of the Cessna Citation ENCORE/CE-560. This acquisition anticipates a firm fixed price requirements contract spanning 60 months, beginning around October 30, 2026. The contract will be awarded following full and open competition under FAR Part 12, with an estimated Request for Proposal release date of April 6, 2026. The contractor must be capable of delivering all required training components from the contract start date and operate entirely from their facility. Interested parties are invited to submit capabilities statements by March 11, 2026. The scope includes providing comprehensive UC-35D-specific pilot initial and recurrent training courses, including upset prevention and recovery training, simulator sessions, and non-aircraft specific international procedures training delivered via eLearning. Training must occur at a Title 14 CFR Part 142 certified center using FAA-certified Level D full-motion simulators, cockpit familiarization trainers, and part-task trainers, with all courses compliant with the UC-35 Model Manager Approved Training Syllabi. The contractor must supply qualified instructors, necessary facilities and materials, and manage scheduling and administrative support. The program primarily serves military aviators, with recurrent training for qualified UC-35 pilot personnel. Respondents should classify their business size and socio-economic status and submit pertinent performance history to demonstrate their capability to fulfill the contract’s comprehensive training requirements.

General Info

NAWCTSD seeks 60-month fixed-price contract for UC-35D pilot training starting October 2026.

Agency

Department Of Defense → Nawc Training Systems Division

View Agency

NAICS

611512 - Flight Training

View NAICS

Place of Performance

FL

Set-Aside

NONE
Documents(1)

UC-35D Command Aircraft Crew Training Sources Sought 2026

DOCXsources-sought

AI Contract Breakdown
Uniform Contract Format

Sign up to view the full breakdown with detailed analysis of each section.

Timeline
PhaseSources Sought
Posted

Sources Sought

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → Nawc Training Systems Division
Contacts2 people available
OfficeORLANDO, FL, 32826-3224, USA
Organization / Agency
Department Of Defense → Nawc Training Systems Division
View Agency Profile
Office Address

ORLANDO, FL, 32826-3224, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more

COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT


The Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD) has a requirement to support the Navy’s Command Aircraft Crew Training (CACT) Program for academic and simulator training on the UC-35D (military version of the Cessna Citation  ENCORE/CE-560). A commercial, Firm Fixed Price (FFP) Requirements contract is anticipated with a 60-month period of performance commencing on or about 30 October 2026. North American Industry Classification Systems (NAICS) Code is, 611512, size standard $34 million. The Product Service Code is U099. This acquisition is anticipated to be in accordance with FAR 6.1, Full and Open Competition, using the procedures at FAR Part 12 – Acquisition of Commercial Items. For informational purposes only, the incumbent contractor for these services is Flight Safety International. Interested parties may identify their interest and capability to respond to the requirement no later than 2 pm, EST, 11 March 2026.


The results of the Sources Sought will be utilized to determine sources capable of satisfying the agency’s requirements. This market research tool is being used to identify potential and eligible contractors, of all sizes, prior to determining the method of acquisition. The contractor(s) must be capable of providing ALL training requirements identified for UC-35D and not just a portion of training. All training must be available for scheduling and execution on Contract Start Date. Any contractor teaming with sub-contractor(s) must propose as a single Prime Contractor.


Estimated Request for Proposal release: 06 April 2026


Estimated Award: 30 October 2026.


Period of Performance: 60 months.



PLACE OF PERFORMANCE:


Location: Contractor Facility, 100%.



DISCLAIMER:


“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR A PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.”



PROGRAM BACKGROUND


NAWCTSD, Orlando, FL is the contracting and administrative agent for CACT programs. In accordance with this designation, NAWCTSD provides a contract vehicle and administrative support for training on the UC-35D aircraft. This requirement is a follow-on procurement; awarded as a Sole Source to Flight Safety International (FSI): contract number: N6134020D0020. The existing contract is a commercial, Firm Fixed Priced (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) Type, due to expire 30 Sep 2026 (UC-35C/D).



REQUIRED CAPABILITIES


1. The contractor shall provide ALL of the following UC-35D specific individual courses to include:


  • UC-35D Pilot Initial Training Course
  • UC-35D Pilot Recurrent Training Course with Upset Prevention Recovery Training (UPRT)
  • Simulator Periods (as required to supplement proficiency training, pilot upgrades, and evaluations)

2. The contractor shall provide ALL of the following individual non-aircraft specific courses to include:


  • Pilot Initial International Procedures Training
  • Pilot Refresher International Procedures Training. (eLearning)

3. All UC-35D Pilot Training Courses must be conducted at a Title 14 Code of Federal Regulations (CFR) Part 142 certified training center for the Cessna Citation Encore (CE-560) aircraft. at time of training.


4. For all courses, the contractor shall provide:


  • all the necessary facilities 
  • certified instructors 
  • management personnel 
  • scheduling/ administrative personnel
  • materials and rights for use of materials for this contracted training
  • training devices, simulators and courseware/materials needed for each course
  • Online access to eLearning courses

5. The UC-35D CACT program training courses require classroom (academic and practical) training, Cockpit Familiarization Trainers (CFT) that depicts all cockpit systems, Part Task Trainers (PTT) for aircraft system training with trainee input and trainer response capability and FAA certified level D full motion flight simulators for UC-35D (ENCORE/CE-560) aircraft.


6. All training courses shall be stand-alone in that no contractor pre-arrival training requirements of the trainee will be allowed. (This does not apply to eLearning courses). Courses may be existing commercial-off-the-shelf (COTS) training courses modified to meet specific requirements delineated herein.


7. All training courses shall be taught in compliance with the UC-35 Model Manager Approved Training Syllabi (ATS).


8. The contractor will be required to submit a training syllabus for each course for government approval.



ADDITIONAL INFORMATION


  1. Pilot Initial course attendees will be designated military aviators.
  2. UC-35D pilot recurrent course attendees will be qualified military UC-35 Pilot-in-Command (PIC) or second pilot military aviators that will have normally completed the UC-35 pilot initial course.


ELIGIBILITY


The applicable NAICS code for this requirement is 611512, with a size standard of approximately $34 million. The Product Service Code is U099. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. If applicable, respondents shall include their socio-economic status. Please identify SDVOSB, HUB Zone, 8(a), etc. status as applicable.


SUBMISSION DETAILS (CAPABILITIES STATEMENT)


Businesses capable of accomplishing the required services are invited to submit literature, brochures and capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. Summaries shall identify, at a minimum, business size and past (limit to within 3 years) and/or current performance on similar contracts (include dollar value, complexity and point of contact). Responses or questions are requested to be sent to william.b.dahlstrom.civ@us.navy.mil. The deadline for response to this request is 2 pm, EST, 11 March 2026.


The contract type is anticipated to be a commercial, FFP, Requirements contract. The estimated ordering period is 60 months. The proposed contract is anticipated to include tasking that would be accomplished by task orders that are subject to FAR Part 12- Acquisition of Commercial Items.


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, William Dahlstrom, in either Microsoft Word or Portable Document Format (PDF), via email at william.b.dahlstrom.civ@us.navy.mil.


This notice is for planning purposes only and is not to be construed as a commitment by the government to procure any services, or for the government to pay for the information received. The government is not committed nor obligated to pay for the information provided, and no basis for claims against the government shall arise as a result of a response to these Sources Sought.


All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the government.

Similar Contracts

NAICS: 611512
New
Federal

Flight Training

The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is conducting market research via a Sources Sought Notice to identify potential providers capable of delivering annual recurrent flight training for NOAA aircraft. This is not a solicitation or commitment to award a contract but aims to gather information on business capabilities related to certified flight simulator and classroom training for specific NOAA platforms, including the WP-3D Orion, G-IVSP, and Gulfstream G550. The notice emphasizes the need for consistent training curriculum across platforms, the ability to develop new courses as mission needs evolve, management of last-minute personnel substitutions without financial loss to the government, and ensuring reliable scheduling to prevent mission disruption. Interested vendors must submit a detailed statement of capabilities, limited to ten pages, that includes company profile data such as UEI, NAICS code (611512), business size, applicable GSA schedules, and SBA small business or socio-economic status if applicable. Specific questions must be addressed to demonstrate how the vendor meets the required training and operational needs. Responses are due by 12:00 PM ET on March 13, 2026, and must be sent electronically to NOAA contracting officials designated as primary and secondary points of contact. This market research will inform potential procurement strategies but does not guarantee contract award, and firms interested in subcontracting opportunities are encouraged to pursue relationships independently.

Department Of Commerce Noaa

POSTED

3 days ago

DEADLINE

in 12 days

View Details
NAICS: 611512
New
Federal

Flight Training BPA Agreement #2

The Flight Training BPA Agreement #2 solicitation, issued by the USAF Test Pilot School under solicitation number FA930426Q5001, seeks to establish a firm-fixed-price Multiple Award Blanket Purchase Agreement for a range of flight training services over a 5-year period at Edwards Air Force Base and surrounding approved locations. This acquisition is a total small business set-aside under NAICS code 611512 (Flight Training), with an anticipated total contract value not exceeding $350,000 per awardee over the ordering period. The scope includes specialized services such as flight instruction and operational support using AT-802 aircraft (including water drops), Grob 120TP or similar spin training aircraft, and innovative personal flight systems including “Jetpack” rocket or personal flight packs to maintain pilot readiness. Offerors may submit quotes addressing all or selected segments of the training objectives, providing pricing along with required administrative and certification documentation. The solicitation follows FAR Subpart 12.6 for commercial item acquisitions, utilizing Simplified Acquisition Procedures (FAR 13), and will be evaluated on a Best Value continuum emphasizing technical acceptability over price, as detailed under FAR 52.212-1 and FAR 52.212-2. Offerors must demonstrate capability to meet detailed Performance Work Statement requirements, including maintaining aircraft airworthiness, FAA certification compliance, rigorous mission effectiveness standards, and adherence to military, DoD, and USAF safety and operational mandates. The Performance Work Statement further outlines contractor responsibilities related to equipment, personnel qualifications, and compliance with regulatory provisions for safety, environmental management, and security. Submission requirements include specific contractor information, pricing lists valid for at least one year, and completed applicable certifications per FAR 52.212-3. The solicitation closes at 4:30 PM PST on March 6, 2026, with quotes submitted via email. Multiple awards are anticipated, and contractor personnel must meet strict security, training, and access requirements to perform unclassified work on base, including NACI clearance and completion of mandated training courses. The contract terms incorporate standard FAR commercial clauses and additional Air Force-specific provisions, including requirements related to organizational and personal conflict of interest avoidance, government property handling, and controlled unclassified information safeguarding.

FA9304 Aftc Pzz

POSTED

6 days ago

DEADLINE

in 5 days

View Details