JTAC CCAS 75TH RR
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 Army, MICC-FT BENNING, has issued a Solicitation for Joint Terminal Attack Controller (JTAC) Close Air Support (CAS) and Intelligence, Surveillance, and Reconnaissance (ISR) Training Support Services for the 75th Ranger Regiment. This opportunity is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSBs). The services aim to provide realistic tactical control of CAS and ISR operations under complex combat-like conditions. Proposals are due March 2, 2026, by 5:00 PM Eastern Time.
Scope of Work
This Performance Work Statement (PWS) requires the contractor to provide Dry CAS and ISR Training Support Services. This includes exercising tactical control of CAS through airspace management, deconfliction, sensor employment, and terminal attack guidance. The training must replicate the scale, diversity, and complexity of operational environments encountered in overseas combat operations. Key aspects include:
- CAS/ISR Training Support: Realistic tactical scenarios for individual adaptability and leadership under stress.
- Air Support Simulation: Utilize fixed-wing platforms to simulate current military air fleets for Type I, II, and III CAS controls (day and night).
- Personnel Training: Support currency, proficiency, and evaluations for Army Unit JTACs and Joint Forward Observers (JFOs).
- Mission Support: Provide contractor-operated aircraft, labor, equipment, technical support, materials, and travel.
- Aircraft Operations: Contractor is responsible for operational control and maintenance of twin-engine aircraft capable of 6 hours continuous flight, equipped with VHF, SATCOM/UHF/VHF, FLIR, and ROVER/VDL compatible data links.
- Ground Liaison Officer (GLO) Augmentation: May be required for planning, scheduling, and technical services.
Contract Details
- Contract Type: Solicitation
- Product/Service Code: U013 (Education/Training Combat)
- Set-Aside: Service Disabled Veteran Owned Small Business (SDVOSB)
- Period of Performance: April 1, 2026, to March 31, 2031
- Place of Performance: Fort Benning, GA, and various training locations.
- Security Requirements: SECRET facility clearance and SECRET personnel clearances are mandatory. Access to SIPRNet and ACCM/FP Network, along with a COMSEC account and key, are required.
Key Requirements
- Personnel: Qualified, fluent English-speaking US Citizens for roles including Program Manager, Pilots (PIC), Sensor Operators, GLOs, and Maintenance Technicians, meeting specific flight hour and experience standards. Preference for recent experience (within 18 months) supporting specific Ranger Regiments or SOF training.
- Aircraft: Twin-engine aircraft with specific communication, navigation, and sensor capabilities (FLIR, ROVER/VDL).
- Insurance: Minimum $1 million aircraft liability insurance.
- Training: Contractor personnel must complete AT Level I, iWATCH, OPSEC, and IA/IT awareness training.
Evaluation Criteria
Award will be made to the Offeror representing the Best Value to the Government. Technical capability and personnel qualifications are significantly more important than price. Proposals will be evaluated on five main areas:
- Technical Capability: Ability to meet PWS objectives, aircraft capability, training support plan, mission execution, safety, and quality control.
- Personnel Qualifications and Experience: Experience of key personnel, including specific flight hours, military CAS experience, JTAC experience, SOF support, and required certifications.
- Past Performance: Record on similar contracts, focusing on relevance, recency (within 18 months), and quality.
- Management and Approach: Management structure, coordination plan, scheduling flexibility, and compliance with security and training requirements.
- Price: Reasonableness, realism, and completeness of the proposed price.
Submission & Questions
- Proposal Submission Deadline: Monday, March 2, 2026, no later than 5:00 PM Eastern Time.
- Submission Method: Email offers on SF 1449 to Christopher Kimble (christopher.l.kimble.civ@army.mil) and Stacia Rivers (stacia.rivers.civ@army.mil). Mail and facsimiles are not accepted.
- Questions/Comments Deadline: February 14, 2026, no later than 10:00 AM, via email only.
- Quote Validity: Offers must be valid for 30 days.
- Contact: Christopher Kimble (christopher.l.kimble.civ@army.mil) and Stacia M. Rivers (stacia.m.rivers.civ@army.mil).