Functional Flight Check Program (FCF)
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 conducting market research through a Sources Sought notice for a Functional Flight Check Program (FCF). This effort seeks qualified contractors to provide aircrew services for HH-60W Functional Check Flights and related maintenance flight tests at Patrick Space Force Base, FL. The government is considering this requirement under a small business set-aside program. Responses are due April 21, 2026.
Scope of Work
The contractor will provide non-personal aircrew services to support the U.S. Air Force Reserve 920th Rescue Wing (920 RQW). Key tasks include:
- Performing HH-60W Functional Check Flights (FCFs), maintenance flight tests, Operational Check Flights (OCFs), and Acceptance Test Profiles (ATPs) to determine aircraft airworthiness and maintenance status.
- Troubleshooting communication and mission equipment.
- Conducting aircraft engine rinses, recoveries, and repositioning aircraft to/from CONUS and potentially OCONUS locations for the PR Helicopter Rescue Squadron (RQS).
- Providing instructional training to USAF personnel. All operations must comply with DoD, DCMA, FAA, and other applicable official publications.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 488190 (Size Standard: $40 Million)
- Set-Aside: Being considered under a small business set-aside program.
- Period of Performance (Anticipated): One (1) base year of 12 months and four (4) 12-month option years, plus a six-month option.
- Response Due: April 21, 2026, at Noon EDT.
- Published: April 14, 2026.
Submission & Evaluation
Interested parties should submit a capabilities package (maximum 5 pages) electronically to cynthia.whittaker@spaceforce.mil and gage.belyeu.2@spaceforce.mil. The package must outline:
- Capabilities and experience in similar services.
- Business size (annual revenues, employee count) and status (e.g., 8(a), HUBZone, SDVOSB, WOSB, EDWOSB, small business).
- DUNS, CAGE Code, SAM expiration date, and GSA contract details (if applicable).
- Anticipated teaming arrangements, including delineation of work and subcontractor business types/percentages.
- Three past references with current contact information and contract numbers. This notice is for information and planning only; it is not an RFP. Responses will inform the government's acquisition strategy.
Special Requirements
- Staffing: Two fully qualified helicopter pilots (one Instructor Pilot) and one qualified Instructor Special Missions Aviator, all previously HH-60W qualified.
- Qualifications: FAA Class 2 medical certificate, required certifications, and currency.
- Security: Minimum active secret clearance required before contract award; personnel must be worldwide deployable.
- Other: Valid U.S. driver's license and passport, contingency plan for essential services, contractor-provided training. Government will provide office equipment.