E6B In-Flight Trainer (IFT) Aircraft FY26-FY31

SOL #: N0042126R1005Special Notice

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR WARFARE CENTER AIR DIV
PATUXENT RIVER, MD, 20670-1545, United States

Place of Performance

OK

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Air Charter For Things (V121)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Feb 20, 2026
2
Last Updated
Apr 21, 2026
3
Action Date
May 5, 2026, 2:00 PM

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 Naval Air Warfare Center - Aircraft Division (NAWCAD), Patuxent River, MD, intends to procure E6B In-Flight Trainer (IFT) Aircraft Services for FY26-FY31. This Special Notice announces a DRAFT Solicitation for a Single-Award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with Firm-Fixed Price orders, to be set aside 100% for Small Business Administration (SBA) certified 8(a) Program Participants. Industry feedback and participation in one-on-one sessions are highly encouraged.

Opportunity Overview

NAWCAD seeks to acquire flight hours via a Contractor Owned and Government Operated (COGO) Boeing 737-Next Generation (NG) series aircraft (-600, -700, -800, or -900) to support E-6B Mercury pilot proficiency and training. The effort includes all necessary labor, material, equipment, supplies, and services for aircraft maintenance and support. The primary place of performance will be Will Rogers World Airport (KOKC) in Oklahoma City, OK, with operations throughout the Continental United States (CONUS).

Scope of Work

The contractor will provide Contracted Air Services (CAS) using FAA-certificated Boeing 737-NG aircraft configured with Primary Flight Display/Navigation Display (PFD/ND). Key requirements include:

  • Capability Stand Up (CLIN 0001): A 6-month period to establish FAA airworthiness certification, NAVAIR Interim Flight Clearances (IFC), and Ground/Flight Operations Procedures (GOPs/FOPs).
  • Monthly Fixed Operating Costs (CLIN 0002): Covering monthly aircraft operations, labor, and approximately 2,000 flight hours (120,000 flight minutes) annually.
  • Excess CAS Flight Minutes (CLIN 0003): For additional training flight services beyond the fixed monthly hours.
  • Administrative / Technical Data (CLIN 0004): Provision of data per the Contract Data Requirements List (CDRL).
  • Aircraft Modifications (CLIN 0005): Negotiated via Task Orders after Capability Stand Up. The contractor must provide at least one supported aircraft capable of up to 2,400 flight hours and 7,200 landing cycles per year, and ensure Cybersecurity Maturity Model Certification (CMMC) Level 2 compliance for the full contract duration.

Contract Details

  • Contract Type: Single-Award, Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm-Fixed Price orders.
  • Ordering Period: Four (4) years and 364 days.
  • Anticipated Period of Performance: December 14, 2026, to December 13, 2031.
  • Estimated Value: Minimum contract quantity of $10,000,000.00; maximum quantity is the total contract value.
  • Product Service Code: V121 (Air Charter For Things).

Set-Aside

This requirement is a 100% set-aside for Small Business Administration (SBA) certified 8(a) Program Participants.

Submission & Evaluation

This is a DRAFT Solicitation. Proposals will be evaluated on a "best value" basis, with Past Performance significantly more important than Cost/Price. Evaluation will include a pass/fail assessment of prerequisite requirements, followed by detailed review of Past Performance (relevancy, recency) and Cost/Price (completeness, reasonableness, balanced unit pricing). Price realism will not be evaluated.

Key Dates & Contacts

  • One-on-One Sessions: Will be held via Microsoft Teams on Wednesday, May 6, 2026.
  • Deadline for One-on-One Requests & Feedback: Tuesday, May 5, 2026, by 1000 EST.
  • Primary Contact: Lindsay Corken (lindsay.l.corken.civ@us.navy.mil).
  • Secondary Contact: David Silverstone (david.s.silverstone.civ@us.navy.mil).
  • Submission: Future proposals for the formal RFP will be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE).

Important Notes

This notice is for industry input only and does not constitute a Request for Proposal (RFP). Information is subject to change and is not binding on the Government. No funds are available for response preparation. Non-proprietary Questions and Answers will be posted to SAM.gov after the one-on-one sessions.

People

Points of Contact

David SilverstoneSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 3Viewing
Special Notice
Posted: Apr 21, 2026
Version 2
Pre-Solicitation
Posted: Apr 21, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 20, 2026
View
E6B In-Flight Trainer (IFT) Aircraft FY26-FY31 | GovScope