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 procurement is a Full and Open Competition with a Partial Small Business Set-Aside, seeking to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts with Firm Fixed Price (FFP) line items. The services include specific and generic training for a variety of Rotary Wing helicopters and Fixed Wing airplanes, adhering to FAA regulations. Proposals are due March 18, 2026, at 5:00 PM EST.
Scope of Work
The requirement is divided into two Functional Areas:
- Functional Area 1 (Full and Open Competition): General Aircraft Pilot Training for various aircraft including Airbus AS-350 models, King Air 200/350/360, Bombardier DHC-8 Q200/Q300, PC-12 Series X, and UH-60 Black Hawk models. This includes ground school and flight training, FAA pilot certifications/ratings, and specialized courses like NVG emergency procedures.
- Functional Area 2 (Small Business Set-Aside): Light Enforcement Helicopter Training Requirements.
Training must comply with FAA FAR Part 141 or 142 standards, or DOD/OEM standards, and be conducted at the contractor's facility(s).
Contract & Timeline
- Contract Type: IDIQ with Firm Fixed Price Contract Line Items.
- Period of Performance: One base year and four one-year option periods (May 1, 2026, through April 30, 2031).
- Minimum Guarantee: $250,000 for Functional Area 1 and $250,000 for Functional Area 2.
- Maximum Order: FA1 ($5M single, $9M combined); FA2 ($4M per order).
- Set-Aside: Partial Small Business Set-Aside (FAR 19.5). Functional Area 1 is Full and Open; Functional Area 2 is set aside for Small Business. NAICS Code 611512 "Flight Training" with a $34M size standard. A 10% price evaluation preference may apply for HUBZone small business concerns.
- Proposal Due: March 18, 2026, 5:00 PM EST.
- Questions Due: February 25, 2026, 5:00 PM EST.
Evaluation Criteria
Proposals will be evaluated using a trade-off process considering Technical Capabilities, Past Performance, and Price. Technical Capabilities and Past Performance are significantly more important than Price.
Submission Instructions
Proposals (Volumes I and II) must be submitted via email to Shante Melton at shante.o.melton@cbp.dhs.gov.
Key Attachments
- Performance Work Statement (PWS)
- Quality Assurance Surveillance Plan (QASP)