MODIFICATION
U -- Sabreliner or HU-16 Aircraft Services FY26
- Notice Date
- 11/6/2025 11:32:14 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930426Q5000
- Response Due
- 11/24/2025 3:30:00 PM
- Archive Date
- 12/09/2025
- Point of Contact
- Jenny L. Meadlin
- E-Mail Address
-
jenny.meadlin@us.af.mil
(jenny.meadlin@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- 1. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13.5) will be used for requirement. 2. Solicitation Number: FA930426Q5000 **Please provide the full solicitation number on all packages** 3. This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2025-06 and DFARS Change 10/24/2025 and DAFFARS Change 10/16/2024. 4. THIS REQUIREMENT WILL BE: Firm Fixed Price Purchase Order; Unrestricted. The North American Industry Classification System (NAICS), Flight Training for this acquisition is 611512 with a size standard of $34M. 5. The estimated magnitude of the anticipated total contract price is between $250,000 to $350,000. 6. Submission instructions: Interested parties who believe they can meet all the requirements for the services described in the synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB, CA 93524. 7. Offerors are required to submit a quote with all requested information so the Government may evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. 8. This solicitation is issued as a Request for Quote (RFQ). The Government requires offerors to submit a Firm Fixed Price quote for the Data Driven Test Course in accordance with (IAW) the attached Performance of Work Statement (attachment 1) and instructions below. Please complete the sample price sheet that follows the CLIN Structure established below. CLIN Structure CLIN Description Qty Unit of Issue Unit Price Extended Price 0001 Pilot Instructor 1 EA 0002 Maintenance Personnel 1 EA 0003 Flight Hours 40 EA 0004 Ferry 1 EA 0005 Standby Rate 1 EA 0006 Fuel 1 EA 9. Period of Performance: PoP will be a year from date of award. The anticipated award date is the end of mid-December 2025. 10. The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at https://www.acquisition.gov/. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition to the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: a. UEI Number: b. CAGE Code: c. Contractor Name: d. Payment Terms (net30) or Discount: e. Point of Contact and Phone Number: f. Email address: g. FOB (destination or origin): h. Date Offer Expires: ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** 11. The provision at FAR 52.212-2, Evaluation � Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2, Evaluation � Commercial Items. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: a. Technical capability of the services offered to meet or exceed the Government requirement. Technical areas shall be evaluated IAW FAR 13.106-2(b)(3), Evaluation of Quotations or Offers. b. Price. As the evaluation of competing quotations in the technical aspect become more equal in rating, the more important Price shall become in selecting the best value for the government. BASIS FOR CONTRACT AWARD: This is an Unrestricted solicitation. This is a competitive solicitation using simplified acquisition procedures and Best Value Trade-off in which competing offerors technical performance and price will be evaluated to determine the award. Technical areas are more important than Price. 12. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: Responses to this RFQ will be evaluated against the following factors: Factor 1: Technical Subfactor 1.1: Pilot Subfactor 1.2: Aircraft Factor 2: Cost/Price Evaluation Factors: IAW FAR 13.106-2(b)(1), regarding the relative importance of each factor, the Technical factor is weighted more heavily than the Cost/Price factor. This method allows the government to accept other than the lowest priced proposal or other than the highest rated proposal to achieve a best-value contract award. Within the Technical factor, subfactors are listed in descending order of importance with subfactor 1.1 considered the most important; subfactor 1.1 is more important than subfactor 1.2. FACTOR 1: TECHNICAL Submittal Requirements: The technical factor addresses the offeror�s approach to managing personnel, budgets, technical efforts, on-site requirements and transition. When providing specific examples include contract name/number with a point of contact for reference. Offeror may discuss how their approaches have worked in the past and how the approaches will benefit this specific contract. Factors contain second level Subfactors. Designation Identifiers Factor Level 1 Subfactor Level 2 Responses shall be identified at the Subfactor Component level addressing all Component Elements, if applicable. If Component Elements are listed, the evaluations are completed on each Component Element and rolled up to the Subfactor Component; otherwise, the Subfactor Component is evaluated. The responses identified by a designation identifier will be evaluated solely for that designation identifier and no other. Evaluation Criteria 1.1 Subfactor: The Pilot 1.1.1 Subfactor Component: FAA Commercial Pilot Certificate 1.1.2 Subfactor Component: Type rating, Letter of Authorization or proper logbook endorsement as required by 14 CFR, Part 61 or 91 1.1.3 Subfactor Component: Current and qualified in aircraft type as required by 14 CFR, Part 61.57 1.1.4 Subfactor Component: Minimum 1,500 Flight hours, including 250 hours in type 1.1.5 Subfactor Component: Instructor pilot must be a FAA Certified Flight Instructor with at least 500 total instructor hours; including minimum 50 hours instructing in type. 1.1.6 Subfactor Component: Experience instructing at the USAF TPS (highly desired) or any test pilot school, such as Navy TPS (desired), within the past five (5) years is recommended. If the pilot does not have experience instructing at a test pilot school within the past five (5) years, a USAF TPS staff member will fly an evaluation flight with the instructor pilot prior to flying with students. The purpose is to assess the contractor�s instructional abilities and to familiarize the contractor on specific USAF TPS educational requirements. This evaluation will be graded in accordance with (IAW) the AFTC Technical Evaluation Checklist. This flight can be accomplished at the most convenient location for the Contractor. Alternatively, experience with an operational test pilot (government or industry) may be considered. Subfactor: Aircraft Subfactor Component: The Sabreliner or HU-16 aircraft shall include a transponder with mode 3/A and mode C capability, as well as a VHF and/or UHF aviation band radio. Aircraft may include non-production-representative video systems to assist in recording of instruments or flight conditions. The aircraft must have an intercom system that allows all crew to verbally communicate. The Sabreliner or HU-16 will have seating for 2 pilots, 1 flight test engineer (FTE), and 2 TPS examiners for performance practical exams. At a minimum, each position must have access to primary flight controls and throttle, such that USAF TPS pilots may receive hands-on flying instruction. Aircraft should be equipped with engine/flight condition control/performance instrumentation. 1.2.2 Subfactor Component: The Contractor shall maintain airworthiness of the aircraft in accordance with (IAW) the requirements of 14 CFR, Part 91. The Contractor shall provide a copy of the current FAA airworthiness certificate(s) to the COR and PM and may include any FAA-issued program letters. Any changes that affect the certification, operations, ownership, and airworthiness of the aircraft(s) shall be reported to the COR and PM prior to coordinating and scheduling of any event with TPS. 1.2.3 Subfactor Component: The Contractor shall mail current copies of the following documentation to 220 S. Wolfe Ave, Edwards AFB, CA 93524, Attn: Qual-Eval Superintendent, at least four weeks prior to arrival at EAFB, but no earlier than contract award for their 412 OSS Prior Permission Request (PPR) number: DD Form 2400, Civil Aircraft Certificate of Insurance, three (3) originals signed in blue ink, DD Form 2401, Civil Aircraft Landing Permit, three (3) originals signed in blue ink. Print the front side of the form only; Edwards Airfield Management will print the reverse, DD Form 2402, Civil Aircraft Hold Harmless Agreement, three (3) originals signed in blue ink. 1.2.4 Subfactor Component: Aircraft Data Package: Data to include the following: Aircraft Data Package: Data to include the following: Weight and balance Maintenance logs FAA Airworthiness certificate. Operating limitations (if applicable) Aircraft Registration Type Certificate Data Sheet (if applicable) FAA Form 8110-3s or 337s Design Change Certifications (if applicable) EVALUATION RATINGS The government will first evaluate individual Components Elements to the extent they adequately meet or exceed the PWS requirements using the Factor, Subfactor Component and Component Element Ratings Table, below. Component Elements are rolled up to the Subfactor Component level using the same table and criteria. If Component Elements are not listed, the evaluations are completed at the Subfactor Component level in the same manner. Factor, Subfactor Component and Component Element Ratings Table Exceeds Exceeds the requirements of the PWS Meets Adequately addresses the requirements of the PWS Does Not Meet Does not address the requirements of the PWS FACTOR 2: PRICE All offerors must propose using the sample price sheet. Offerors will be ranked according to total proposed price. Included as part of the price evaluation is a review for price reasonableness. An offeror's proposed Total Price will be determined by as called for in the Performance of Work Statement. Offerors whose total evaluated price is unreasonable, unbalanced, or unaffordable may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the total evaluated price will be evaluated. Up to one award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM). 13. The Offeror shall include a completed copy of the provision at FAR 52.212-3, Alt I, b. 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004), with its offer. Completion of FAR 52.212-3 (DEVIATION 2025-O0003 and 2025-O0004) electronically at sam.gov is acceptable. 14. The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. 15. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004) applies to this acquisition. The following clauses cited in FAR 52.212-5 (DEVIATION 2025-O0003 and 2025-O0004) apply to this acquisition: FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jun 2020) FAR 52.222-50 Combating Trafficking in Persons (Nov 2021) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2021) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) 16. Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via https://www.acquisition.gov/. PROVISIONS FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. (Sep 2023) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation. (May 2021) DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. (Nov 2023) DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System. (Mar 2023) DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022) DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation (Jun 2023) CLAUSES FAR 52.204-21 Basic Safeguarding of covered Contractor Information Systems (Nov 2021) FAR 52.204�27, Prohibition on a ByteDance Covered Application (Jun 2023) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2004-O0013) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Apr 2022) DFARS 252.227-7015 Technical Data � Commercial Items (Mar 2023) DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data (Jan 2023) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Jan 2023) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.232-7011 Payments in Support of Emergencies and Contingency Operations (May 2013) DFARS 252.232-7998 Obligations in Advance of Fiscal Year 2026 Funding (Deviation 2026-O0001) (Oct 2025) DFARS 252.244-7000 Subcontracts for Commercial Items (Jan 2023) DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023) DAFFARS 5352.201-9101 Ombudsman (Jul 2023) DAFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Jun 2024) DAFFARS 5352.223-9001 Health and Safety on Government Installations (Jul 2023) DAFFARS 5352.242-9000 Contractor Access to Air Force Installations (Jun 2024) 17. Defense Priorities and Allocation System (DPAS): N/A 18. Quote Submission Information: It is the government�s intent to award without discussions. Therefore, each initial quote should contain the offeror�s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 18 November 2025 on or before 12:00 PM Standard Daylight Time (PST) and will be answered in a group response posted to SAM.gov to ensure completeness. Best and final offers are due by 24 November 2025 at 3:30 PM, Pacific Standard Time (PST).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c7298b8788a14bccb9f1810944e10eb9/view)
- Place of Performance
- Address: Edwards, CA, USA
- Country: USA
- Country: USA
- Record
- SN07636627-F 20251108/251106230037 (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 |