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

Flight Training

Active
REQUIREMENTS-26-1066Federal
AI Contract Overview
Show more

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.

General Info

NOAA seeks vendors for annual flight training, simulator courses, and reliable scheduling; responses due March 2026.

Agency

Department Of Commerce Noaa

View Agency

NAICS

611512 - Flight Training

View NAICS

Place of Performance

Lakeland, FL, 33811, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

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 Commerce Noaa
Contacts2 people available
OfficeNORFOLK, VA, 23510, USA
Organization / Agency
Department Of Commerce Noaa
View Agency Profile
Office Address

NORFOLK, VA, 23510, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more

Sources Sought Notice


This Sources Sought Notice is not a Request for Proposal and does not constitute a commitment by the Government. The Government is currently conducting market research in accordance with Revolutionary FAR Overhaul (RFO) Part 10, to identify potential sources to fulfill the requirement and gather information on current capabilities of businesses within the market. All information submitted in response to the Sources Sought Notice is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Proprietary information submitted should be marked appropriately. All submitted information shall remain with the U.S. Government and will not be returned. 


The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office (AGO), Eastern Acquisition Division (EAD), and Office of Marine and Aviation Operations (OMAO), Aircraft Operations Center (AOC) requires annual recurrent training in order to meet the requirements to fly NOAA aircraft and thus complete their missions.


Response Requirements 


Responses to this Sources Sought Notice shall submit a statement of capabilities, not to exceed 10 pages, encompassing the following information:


(1) Company Profile
a) Company Name;
b) Company Address;
c) Unique Entity Identifier (UEI);
d) North American Industry Classification System (NAICS) Code applicable and corresponding business size for the NAICS Code(s) indicated;
e) Applicable General Services Administration (GSA) Federal Supply Schedules (FSS) and Schedule Item Numbers (SIN) (include all that apply to this requirement);
f) Small Business Administration (SBA) certified small business concern status and/or socio-economic status (if applicable); and 
g) Primary point of contact information and Secondary point of contact (Name, Title, Phone, and Email).


(2) Vendors shall answer the following questions under each area to demonstrate vendors capabilities:
a)    Platform Coverage: "Can your facility provide certified flight simulator and classroom training for all current AOC platforms, including the WP-3D Orion, G-IVSP and Gulfstream G550?" 
  
b)    Baseline Consistency: "How do you ensure that your training curriculum provides a consistent baseline across these multiple platforms to support our integrated organization training syllabus?"   
c)    New Course Development: "What is your process and typical lead time for developing and adding new training courses to a contract as mission requirements evolve?"   


d)    Personnel Swaps: "What are your standard terms and conditions regarding last-minute personnel swaps for a simulator slot or class, and how do you facilitate these requests to prevent the loss of Government funds?"   


e)    Schedule Reliability: "How do you manage simulator availability to ensure our pilots meet their mandatory annual recurrent training deadlines without mission disruption?" 


Government Point of Contact
Company brochures will not be considered in lieu of a capability statement. Interested firms shall submit their statement of capabilities to Alicha Harris, Contract Specialist, at alicha.harris@noaa.gov and Jana Kolb, Contracting Officer, at Jana.Kolb@noaa.gov by no later than 12:00 PM ET on Friday, March 13, 2026. Any questions or responses regarding this notice must be submitted to Alicha Harris via the above email address provided. Information received in response to this notice will be considered solely to conduct informed decisions regarding the potential procurement strategy of this requirement. No telephone requests will be honored. Firms that are interested in subcontracting opportunities related to portions of this requirement should contact potential firms directly.

Similar Contracts

NAICS: 611512
New
Federal

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

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.

Nawc Training Systems Division

POSTED

5 days ago

DEADLINE

in 10 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