Aircraft Pilot Training Services
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 Homeland Security (DHS) U.S. Customs and Border Protection (CBP) Air and Marine Operations (AMO) is soliciting proposals for Aircraft Pilot Training Services. This is a partial Small Business Set-Aside opportunity, structured as a recompete, with proposals due by March 18, 2026, at 5:00 PM EST.
Opportunity Details
CBP AMO seeks experienced providers for aircraft-specific and generic pilot training for a variety of rotary-wing helicopters and fixed-wing airplanes. Training must comply with Federal Aviation Administration (FAA) regulations (FAR Part 141 or 142) or DOD/OEM standards. The scope includes ground school and flight training for aircraft such as Airbus AS-350 variants, King Air variants, Bombardier DHC-8 variants, Pilatus PC-12, and UH-60 Black Hawk variants.
The procurement is divided into two Functional Areas:
- Functional Area 1 (Full and Open Competition): Covers general Aircraft Pilot Training.
- Functional Area 2 (Small Business Set-Aside): Specifically for Light Enforcement Helicopter Training Requirements.
Contract & Timeline
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) Contract Line Items.
- Period of Performance: Consists of five ordering periods, anticipated from May 1, 2026, through April 30, 2031.
- Minimum Guarantee: $250,000 for Functional Area 1 and $250,000 for Functional Area 2.
- Maximum Order: Up to $9,000,000 for Functional Area 1 (combinations) and $4,000,000 per order for Functional Area 2.
- Set-Aside: Partial Small Business Set-Aside (FAR 19.5). NAICS Code 611512 "Flight Training" with a $34M size standard. A 10% price evaluation preference may apply for HUBZone small business concerns.
- Place of Performance: Contractor's facility(s).
Submission & Evaluation
- Proposal Due: March 18, 2026, 5:00 PM EST.
- Submission: Proposals (Volumes I and II) must be submitted via email to shante.o.melton@cbp.dhs.gov.
- Evaluation Criteria: A trade-off process will be used, considering Technical Capabilities, Past Performance, and Price. Technical Capabilities and Past Performance are significantly more important than Price.
Key Requirements & Context
Contractors must possess and maintain FAA FAR Part 141 or 142 certification, with facilities certified prior to proposal submission. Instructors must be FAA-FAR certified. Performance will be monitored via a Quality Assurance Surveillance Plan (QASP) outlining specific performance objectives and inspection methods. This opportunity is a recompete, with previous awards to Helistream, CAE USA Inc., and Flight Safety International.