Heavy Tailwheel 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 Oklahoma Air National Guard (OKANG) is soliciting proposals for Heavy Tailwheel Training services to provide comprehensive flight training leading to a tailwheel endorsement. This opportunity is for the 137th SOW at Will Rogers Air National Guard Base, Oklahoma City, OK. This is a Total Small Business Set-Aside. Proposals are due March 25, 2026, at 10:00 AM CDT.
Purpose & Scope
The OKANG requires vendors to provide comprehensive tailwheel flight training services for the AT-802 aircraft, enabling personnel to acquire a tailwheel endorsement per FAA regulation 14 CFR 61.31. The training includes:
- Ground Instruction: Minimum 5 hours covering AT-802 specific concepts, operational procedures, and safety.
- Flight Instruction: Minimum 20 hours in an airworthy tailwheel aircraft, following an Air Force-provided syllabus.
- Aircraft Provision: USAF can provide 2-seat AT-802s, or the contractor can provide their own, assuming full responsibility.
- Instructor Qualifications: Instructors must have a minimum of 500 hours of dual instruction given in turbine tailwheel aircraft.
- Performance Standards: Capacity for 2 students simultaneously, 4 students per month, 40 students per year, available year-round.
- Preferred Experience: Prior experience training Special Operations Forces (SOF) personnel in tailwheel aircraft.
Contract Details
- Contract Type: Multiple Blanket Purchase Agreements (BPAs)
- Pricing: Firm Fixed Price
- Period of Performance: April 1, 2026, to December 31, 2028
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 611512 (Size Standard: $34,000,000)
- Funding: Clause 52.232-18 (Availability of Funds) applies, meaning obligation is contingent upon appropriation.
Submission & Evaluation
- Proposal Due Date: March 25, 2026, at 10:00 AM Central Daylight Time (CDT)
- Submission Method: Emailed proposals are required.
- Evaluation: Award will be conducted under FAR Part 12 (Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures). Evaluation factors include Technical (acceptability based on PWS), Past Performance, and Price. Technical and Past Performance are of equal importance when combined.
- Solicitation Number: W50S8T-26-R-A017
Eligibility & Requirements
- Offerors must be actively registered in the System for Award Management (SAM) database. Lack of SAM registration will disqualify a contractor.
- Offerors must submit a completed copy of the Offeror Representations and Certifications – Commercial Items with their proposal.
Contact Information
For inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or (405) 686-5348.