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

Synopsis for ANG Weapons System Simulator Training and Support Services

Expired
W9133L-21-R-WSSTFederal
General Info

Agency

Department Of Defense → W39L USA Ng Readiness Center

View Agency

NAICS

611512 - Flight Training

View NAICS

Place of Performance

JBSA Ft Sam Houston, TX, 78234, USA

Set-Aside

SBA
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
2 updates
PhaseClosed
Amendment 1

Contract was updated

Type Changed

Sources Sought → Presolicitation

Posted

Sources Sought

Amendment 3

Contract was updated

Response Deadline

Deadline has passed

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 → W39L USA Ng Readiness Center
Contacts2 people available
OfficeARLINGTON, VA, 22204-1382, USA
Organization / Agency
Department Of Defense → W39L USA Ng Readiness Center
View Agency Profile
Office Address

ARLINGTON, VA, 22204-1382, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
Synopsis for W9133L-21-R-WSST Description of Services: The National Guard Bureau (NGB) Directorate of Acquisitions (AQ-C) intends to solicit and competitively award a single firm-fixed-price contract for non-personal non-commercial services to provide Weapons System Simulator Training and Support (WSSTS) for domestic and international combat-capable aircrews for the United States Air Force, Air National Guard, and Foreign Military Sales customers. PSC and NAICS Code: PSC U010 �Education/Training � Certifications/Accreditations for Educational Institutions�. North American Industry Classification System (NAICS) code for this requirement is �611512 - Flight Training". Place of Performance: Performance under this contract will be at two (2) locations: 149th Fighter Wing (FW) at Joint Base San Antonio (JBSA)-Lackland, Kelly Field Annex, San Antonio, TX and 162nd Wing, Morris Air National Guard Base (ANGB), Tucson, AZ. The 149th FW consists of one (1) flying squadron. The 162nd Wing consists of two (2) flying squadrons, an Operational Support Squadron (OSS), and a Training Squadron (TRS). Currently, the 162nd Wing also has one (1) permanent FMS (RNALF) squadron. Period of Performance: The Period of Performance (PoP) shall be for one (1) 12-month base period and four (4) 12-month option periods. The estimated contract start date is June 2021. Special Qualifications: a. The contractor must possess or obtain a SECRET facility clearance prior to performing work on a classified Government contract. If the contractor does not possess a facility clearance, the Government will request one. The Government assumes costs and conducts investigations for facility security clearances. The contractor shall request SECRET personnel security clearances, at the company�s expense, for employees requiring access to classified information within 15 workdays after receiving a facility clearance or, if the contractor is already cleared, within 15 workdays after contract award. The contractor shall ensure that SECRET clearances are within a six (6) year scope. b. The contractor shall ensure that individuals that require greater than basic user access to IT systems possess and maintain the DoD 8570.01M, Information Assurance Workforce Improvement Program (Chap 2, 3, 4) and AFMAN 17-1303, Cybersecurity Workforce Improvement Program (Chap 3, 4, 5, 6, Attch 2) Information Assurance Technician Level 2 certification. c. F-16 Contract Instructor/Subject Matter Expert (CI/SME): � Contractor Instructors shall possess a minimum of 500 hours experience in a 4th plus generation fighter (i.e. F-16, F-18, F-35, F-22, F-15) as a pilot, within the past five (5) years, or shall be qualified as a CI in a tactical fighter within the past two (2) years. This shall be demonstrated through flight records. d. All CIs shall be previously qualified as an instructor pilot, as demonstrated through their flight records. e. All instructors shall complete an approved Academic Instructor Course (AIC) or comparable approved course (i.e. Weapon Instructor Course (WIC)) in accordance with (IAW) Air Education and Training Command Instruction (AETCI) 36-2604, Flying Training Instructor Programs (para 1.5, Chap 2), prior to instructing. The Government will provide training slots to the contractor, if necessary, to meet this requirement upon contract award. f. IAW AFMAN 11-210, Instrument Refresher Program (IRP) (Para 2.2, 3.0), all Contractor Instrument Refresher Course (IRC) instructors shall be graduates of Air Force Advanced Instrument School (AFAIS) in Oklahoma City, OK; SAC Instrument Flight Course (SIFC)/Advanced Instrument Flight Course (AIFC) formerly at Castle AFB, CA; or Instrument Pilot Instructor Course (IPIS) formerly at Randolph AFB, TX. The Government will provide AIS slots to contractor (if necessary) to meet this requirement upon contract award. g. IAW AFMAN 11-290, Cockpit/Crew Resource Management Program (CRM) (Para 4.4, 4.5), Contractor Cockpit Resource Management (CRM) instructors shall be graduates of an approved CRM facilitator course. The Government will provide training slots (if necessary) to meet this requirement upon contract award. h. Data-Link and Weapons Director (WD) Operations (Kelly Annex): Contractor shall be a graduate of a USAF or sister service Weapons Director or Air Battle Manager formal course and have a minimum of five (5) years� experience providing instruction for Ground Controlled Intercept (GCI), Airborne Warning and Control System (AWACS) or simulation and have previous aviation/military experience. Solicitation: Solicitation W9133L-21-R-WSST will be issued on or around March 31, 2021. The Government intends to set aside this requirement for competition among small businesses. The solicitation and any amendments will be posted to https://beta.sam.gov/. IMPORTANT: Offerors must be registered in the System for Award Management (SAM) database at the time of submission of quotes. For registration instructions, visit the SAM Website: http://www.sam.gov.

Similar Contracts

NAICS: 611512
New
Federal

6973GH-26-R-00070 Flight Program Pilot Training Services 14CFR Part 141 Pilot School

The Federal Aviation Administration (FAA) is soliciting proposals for Flight Program Pilot Training Services under the 14CFR Part 141 Pilot School standards. This procurement falls under the NAICS code 611512, which covers flight training services, with a size standard of $34 million. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, featuring firm fixed-price work alongside Time and Material and Cost Reimbursable line items. The performance period includes a five-year base term with an additional five-year option, and a transition period of up to 60 days prior to the official start. The FAA expects proposals to include pricing for both the base and option periods, which will be evaluated accordingly. Offerors must be registered in the System for Award Management (SAM) at the time proposals are due, or risk being bypassed in the award process. The FAA retains the right to verify offeror eligibility and engage in communications during the solicitation process. The FAA is not responsible for any costs applicants incur in proposal preparation. Questions regarding the solicitation must be submitted via email by March 20, 2026, with proposals due by March 31, 2026. The contract work is to be performed in Oklahoma City, Oklahoma, and additional details are available through the FAA's specified point of contact.

6973GH Franchise Acquisition Svcs

POSTED

4 days ago

DEADLINE

in 17 days

View Details
NAICS: 611512
Federal

Aircraft Pilot Training Services

The Department of Homeland Security, through U.S. Customs and Border Protection Air and Marine Operations, is seeking proposals to provide comprehensive aircraft pilot training services for both rotary and fixed-wing aircraft. Training will cover initial, transition, annual, and recurrent phases for various models including multiple versions of Airbus AS-350 helicopters, King Air aircraft with different avionics configurations, Bombardier DHC-8 series, PC-12 Series X, and several UH-60 Black Hawk variants. All training must comply with FAA regulations and be provided by FAA-certified instructors per federal aviation standards outlined in Title 14 of the Code of Federal Regulations. This solicitation is issued as a full and open competition with a partial small business set-aside and falls under NAICS code 611512 for flight training, with a small business size standard of $34 million. Multiple indefinite delivery indefinite quantity (IDIQ) contracts may be awarded based on firm fixed price contract line items over five ordering periods. The requirements are divided into two functional areas: one for general aircraft pilot training open to all competitors, and another focused on light enforcement helicopter training reserved for small businesses. Proposals are due by 5:00 PM EST on March 18, 2026, and questions must be submitted by February 25, 2026. Communications and submissions are managed by Shante Melton of the Air and Marine Contracting Division in Washington, DC.

Air And Marine Contracting Division

POSTED

12 days ago

DEADLINE

in 4 days

View Details
NAICS: 611512
Federal

Sources Sought for BELL HELICOPTER 412EPX INITIAL PILOT QUALIFICATION TRAINING

The Federal Aviation Administration (FAA) is conducting a market survey to identify potential commercial sources capable of providing Bell Helicopter 412EPX Initial Pilot Qualification Training for its Flight Standards Operations Inspectors. Interested vendors are requested to submit statements of interest and capability in accordance with the attached Performance Work Statement. The submission should include detailed information on the types of training offered, experience gained from previous contracts with past performance data, the SAM UEI number, years in business, geographic area for training delivery, and the proposed approach to accomplishing the training. This effort falls under the NAICS code 611512 for Flight Training, with a size standard of $34 million. This is strictly a sources sought notice and not a solicitation or Request for Proposal; the FAA will not compensate vendors for any preparation costs and is not soliciting unsolicited proposals. The agency may decide to pursue full and open competition or set aside some or all of the procurement for small or socially and economically disadvantaged businesses, including those certified under the SBA's 8(a) program. The deadline for responses is March 18, 2026, and all inquiries must be directed via email to the designated contract specialist. The market survey is issued by the Department of Transportation’s Franchise Acquisition Services office in Oklahoma City.

6973GH Franchise Acquisition Svcs

POSTED

12 days ago

DEADLINE

in 4 days

View Details