L-39ZA & L-29 TMP Support
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.
The Air Force Test Pilot School Operating Location Edwards Air Force Base, CA intends to solicit and award a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures, to The University of Iowa, 105 Jessup Hall Iowa City, Iowa 52242-1316, United States. The NAICS code is 611512 and its size standard is $34,000,000.
The following items will be procured:
CLIN NOUN HOURS Estimated Max
0001 Pilot Instructors 95 95
Engineer/MX Personnel
0001 Project Engineer 350 350
0001 Engineering Coordination 150 150
Research Associates
0001 Research Associate 375 375
0001 Research Assistant 375 375
0002 Sorties/Flight Hours (L-39ZA) 21 21
0002 Sorties/Flight Hours (L-29) 42 42
The reason for this sole-source award is due to The University of Iowa being the sole source of uniquely configured, fully aerobatic jet trainers highly instrumented with the ability to load multiple AI agents providing capabilities essential to the successful execution of USAF TPS TMPs.
This acquisition is conducted under the authority of 41 U.S.C. 1901 as implemented by FAR 13.501(a)(1)(ii) which allows other than full and open competition when the supplies or services requested by an agency are available from only one responsible source.”
Contractors interested in this requirement should submit a technical package, which provides clear and convincing evidence that they can meet the Government’s requirement. Contractors must be registered in System for Award (SAM) at www.sam.gov. In addition, the response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12.
Anticipated Award Date is 30 December 2025. Responses must be received no later than (NLT) 1:00 p.m., Pacific Daylight Time, 17 December 2025. Responses should be submitted to: Edwards Air Force Base PK (Attn: Carlos Barrera), 5 South Wolfe Ave. B2800, 661-275-2442, or E-mail carlos.barrera.8@us.af.mil.
This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received within 10 days of the publication of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The Air Force Test Center has appointed an Ombudsman to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Concerned parties should address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution prior to consulting the Ombudsman. Additionally, Air Force Federal Acquisition Regulation
(AFFARS) 5352.2019101 – Ombudsman, will be included in any potential solicitation and contract for this acquisition. The AFTC Ombudsman contact information is as follows: Air Force Test Center Vice Commander 1 South Rosamond Blvd, Edwards AFB, CA 935243784. Phone Number (661) 2772810, Facsimile Number (661) 2777593,
Email: aftc.workflow@us.af.mil.
DISCLAIMER AND NOTICE: This is a courtesy Notice of Contract Action only and does not constitute a commitment, implied or otherwise, that AFTC/PZZD, will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotation. This courtesy Notice of Contract Action only shall not be construed as an obligation on the part of the Government. Further, the
Government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.