38 RQS Full Mission Profile Training
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for Full Mission Profile (FMP) Training for the 38th Rescue Squadron. This is a Total Small Business Set-Aside combined synopsis/solicitation issued as a Request for Quote (RFQ). The award will be based on a Lowest Price Technically Acceptable (LPTA) evaluation. Quotations are due by February 20, 2026, 12:00 PM EST.
Scope of Work
The contractor will provide comprehensive pre-deployment FMP training for two teams (44 personnel total) of the 38th RQS. Training must include, but is not limited to, Combat Clearance, Anatomy and Physiology, live/fresh tissue training, Mission Planning, Casualty Evacuation (CASEVAC), Technical Rope Rescue, Extrication, K-9 medicine, Low Visibility operations, Personnel Recovery, Hostage Rescue, Confined Space and Structural Collapse, Pre Hospital Trauma Life Support, or Tactical Combat Casualty Care. Training must adhere to AFTTP 3-3 Guardian Angel and the Pararescue Medical Operations Handbook. Key requirements include AAALAC accreditation for live tissue vendors and Joint Special Operations Command (JSOC) operational experience for instructors. The contractor must provide facilities, logistic support, instructors, non-life rated technical rescue equipment, and M4/Glock simunition. Training will occur over two periods: March 9-13, 2026 (Silver Team) and March 23-27, 2026 (Blue Team), within the continental United States, preferably within 9 driving hours of Moody AFB.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.502-2(a))
- NAICS: 611699 ($16.5 million size standard)
- Period of Performance: March 9-13, 2026 & March 23-27, 2026
- Funds: Contingent upon availability of appropriated funds.
- Quotation Due: February 20, 2026, 12:00 PM EST
- Questions Due: February 17, 2026, 5:00 PM EST
- Published: February 13, 2026
Evaluation Factors
Award will be made to the responsible offeror representing the best value to the Government, based on LPTA. Factors include:
- Technical Capability: Documentation demonstrating a complete and realistic plan to meet SOW objectives, including facility details, instructor qualifications, and scenario execution capabilities.
- Past Performance: Assessed as "Acceptable" or "Unacceptable" based on recent and relevant contracts.
- Price: Total evaluated price will include the proposed training course cost for 44 personnel and calculated travel costs. Travel costs will be calculated using Joint Travel Regulation (JTR) per diem rates and a mileage rate of $0.725 per mile for distances up to 400 miles per 10 hours.
Submission Requirements
Quotations must be submitted electronically to the primary or alternate POC. Required contents include a Technical Capability Narrative and Proof of Accreditation/Experience (AAALAC for live tissue, JSOC for instructors). Offerors should quote their best price as the Government intends to award without discussions. All companies must be registered in SAM.gov.