SOURCES SOUGHT
U -- Flight Training BPA
- Notice Date
- 9/15/2025 9:43:56 AM
- Notice Type
- Sources Sought
- NAICS
- 611512
— Flight Training
- Contracting Office
- FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- 250801085231
- Response Due
- 9/22/2025 12:00:00 PM
- Archive Date
- 10/07/2025
- Point of Contact
- Cole Staron, Jenny L. Meadlin
- E-Mail Address
-
cole.staron@us.af.mil, jenny.meadlin@us.af.mil
(cole.staron@us.af.mil, jenny.meadlin@us.af.mil)
- Description
- This announcement constitutes a Sources Sought Synopsis and Request for Information (RFI) to afford industry an opportunity to provide information regarding their capabilities to provide commercial items and services. This is not a Request for Quotation (RFQ) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the U.S. Government to form a binding contract. Parties that respond will not be paid for the information submitted. The Air Force is hereby requesting capability statements and other information from interested sources. General Information: USAF Test Pilot School (TPS) is looking to award a five-year Blanket Purchase Agreement (BPA) to three separate contractors. Work to be conducted falls within the scope of flight training, but can be broken down as follows: A. General Aviation Requirements: 1. Vendor provides GA aircraft to support aircraft training at Edwards AFB, CA and alternate locations. 2. Vendor will deploy an electric aircraft to Edwards AFB to support student curriculum events, qualitative evaluations and staff upgrades. 3. Vendor will provide the necessary maintenance support for the aircraft deployed to Edwards AFB, CA. This maintenance support will be augmented with qualified maintenance personnel from Edwards AFB organizations, with the appropriate FAA certifications and training, as able. 4. Vendor will provide GA aircraft training at alternate locations to support student capstone events. The vendor will provide a minimum of 4 aircraft types which include electric, seaplane, tail dragger and helicopter. 5. Vendor will provide an electric aircraft (eVTOL or eCTOL) with a digital flight control system to support the USAF TPS curriculum. 6. Vendor will provide applicable aircraft training for staff Certified Flight Instructor pilots and maintenance personnel as required. B. Gyrocopter Requirements: 1. Vendor is located within 100 miles (driving distance) of USAF Test Pilot School. 2. Vendor provides staff/students a 1hr flight with in a gyrocopter with an FAA certified flight instructor 3. Vendor is able to accommodate up to 8 flights in a single day. 4. Vendor is able to provide up to 100 flights per year. C. Skydiving Requirements: 1. Vendor is located within 125 miles (driving distance) of USAF Test Pilot School. 2. Vendor provides staff/students a tandem jump with a certified instructor. 3. Vendor is able to complete training and tandem jumps for 40 personnel within 5 hours. 4. Vendor is actively involved in military and/or industry parachute test programs and will have a technical expert deliver a briefing on some of these programs discussing test planning, risk management, test results, lessons learned, etc. 5. Vendor is able to provide at least 2 wind tunnel events in a 14ft recirculating wind tunnel prior to each jump. The AFTC anticipates awarding a contract under the associated North American Industry Classification System (NAICS) code 611512 with a standard size of $34,000,000 dollars and a Product Service Code (PSC) of U099. A BPA contract lasting five (5) years will be contemplated. System for Award Management (Sam.gov) registration is mandatory for this contract (see SAM.gov website at(https://sam.gov/content/home). Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition strategy. If sufficient responsible and capable sources are identified, a formal RFQ will be posted on SAM.gov. Interested parties are requested to furnish a capability statement detailing their capabilities to provide these services, include highlights of experience on similar government or commercial contracts/agreements. In addition, please indicate the following: Business size (Large or Small) CAGE Code/DUNS A list of any contracts or other agreements similar in nature including: Program/project name Contract number or other identifiers Administering office/address Point of contact with the current telephone number/Email Adress. The AFTC will not pay for information or comments provided and will not recognize any cost associated with submission of comments. Please provide your response in Microsoft Word or a Microsoft Word compatible format. Submissions should be to the point and no more than 10 double space pages. Responses shall not be proprietary and will be unclassified. Interested vendors should submit responses no later than 22 September 2025 by 12:00PM Pacific Standard Time (PST). Small Business sources responding should state their business size status based on the NAICS referenced above. Replies to this RFI should be sent via email to: Contract Specialist - Cole Staron AFTC/PZZD, Cole.staron@us.af.mil Contracting Officer � Jenny Meadlin AFTC/PZZD, jenny.meadlin@us.af.mil PLEASE SEE THE ATTACHED STATEMENT OF WORK (SOW) FOR MORE DETAILS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2e1e2261792a479aa75776ee8379c8a1/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07591511-F 20250917/250915230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |