Aircraft Recovery and Salvage 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 Navy, specifically the NAVSUP FLC SIGONELLA NAPLES OFFICE, is soliciting for Aircraft Recovery and Salvage Training for Navy Region Europe, Africa, Central (NAVEURAFCENT). This is an UNRESTRICTED, Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Quotes are due March 5, 2026, 3:00 PM UTC.
Purpose
The primary purpose of this contract is to ensure sustained safe airfield operations throughout NAVEURAFCENT. Aircraft Recovery and Salvage capability is mandated by NAVAIR 00-80R-20 and AFI 21-101. Due to a lack of formal military training for various commercial and heavy lift aircraft in the region, this training must be obtained from commercial vendors.
Scope of Work
The contractor shall provide comprehensive commercial Aircraft Recovery and Salvage training for U.S. Navy personnel within the European theater. Training courses must be between 3 and 5 consecutive days, including one day of theoretical instruction and practical, hands-on exercises. Practical training requires a contractor-provided static aircraft (e.g., B737 or A320 or larger) for exercises such as aircraft tethering, fuselage lifts (CAT-1, CAT-2, CAT-3), and nose lifts. The contractor is responsible for providing all necessary materials, equipment, Personal Protective Equipment (PPE), and industry-recognized Aircraft Recovery Certificates of Proficiency upon completion. Special requirements include coordinating with CNREAFCENT Region Air Operations, providing transportation for participants, a secure classroom facility with HVAC, and coordinating access to first responder emergency services.
Contract Details
- Type: Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price
- Period of Performance: Ordering period from April 1, 2026, to September 30, 2031
- Government Minimum Order: $5,000.00
- Government Maximum Order: $350,000.00
- Set-Aside: UNRESTRICTED
Submission & Evaluation
- Quotes Due: March 5, 2026, 3:00 PM UTC
- Submission Method: Electronically via email to Paola Gargiulo (paola.gargiulo.ln@us.navy.mil) and Benjamin Hardy (benjamin.n.hardy.civ@us.navy.mil). The email subject line must reference solicitation number N6817126QN012. Email size is limited to 10 MB; multiple emails are permitted, but zip files are not accepted.
- Evaluation Factors: Quotes will be evaluated based on three factors: Technical Capability (rated Acceptable or Unacceptable), Past Performance (rated Acceptable, Neutral, or Unacceptable), and Price (evaluated for reasonableness).
- Mandatory Requirement: Offerors must be registered in the System for Award Management (SAM) database prior to award.
Amendment Notes
Amendment 0001 removed CLIN 5001 and FAR Clause 52.217-8 "Option to Extend Services." This change may impact the government's evaluation of the total price of quotes. All questions related to the solicitation must be submitted electronically in writing by February 26, 2026, 1:00 PM (Naples, Italy Local Time).