MARKET SURVEY CAPABILITY ASSESSMENT FOR VARIOUS AIRCRAFT SYSTEM TRAINING COURSES
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 Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), is soliciting proposals for Level 1 Aircraft Systems Maintenance Training for FAA Aviation Inspectors, under a solicitation titled "MARKET SURVEY CAPABILITY ASSESSMENT FOR VARIOUS AIRCRAFT SYSTEM TRAINING COURSES". This requirement covers 19 different General Aviation (GA) aircraft types and will be awarded as a Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals are due by April 3, 2026, at 1:00 P.M. CST.
Scope of Work
The FAA requires commercial off-the-shelf (COTS) Level 1 (General Familiarization) Aircraft Systems Maintenance Training, compliant with ATA 104 Specifications. Each course is estimated to be approximately 40 hours. Training must be instructor-led in a classroom environment at the contractor's principal place of performance, preferably within 25 miles of a major airport. Computer-Based Instruction (CBI) or Virtual Training may be used with government concurrence. The training must adhere to adult learning principles, focusing on real-world applications relevant to FAA inspectors' duties. Facilities must meet specific environmental and safety standards. Instructors must possess at least three years of experience with each proposed aircraft type and three years of instructor experience. Upon completion, contractors must issue Certificates of Completion and provide reports detailing student grades and attendance.
Contract Details
- Contract Type: Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) / Indefinite Delivery Requirements (IDR). Multiple awards may be considered.
- Duration: One (1) base year (June 1, 2026 - May 31, 2027) with four (4) one-year option periods, extending the potential period of performance through May 31, 2031.
- Set-Aside: No set-aside specified.
- NAICS Code: 611519 (Other Technical and Trade Schools) with a small business size standard of $22.5 Million.
- Place of Performance: Contractor's principal place of performance.
- Product Service Code: U006 (Vocational/Technical).
Evaluation Criteria
Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Evaluation factors include:
- Training syllabus detail for compliance with the Performance Work Statement (PWS).
- Description of training aids and facilities, or a Part 141/142 certificate.
- Proposed training hours and days.
- Qualification statements and resumes of instructors. The Government reserves the right to make an award without discussions.
Submission Requirements
Technical and cost proposals must be received by the FAA no later than 1:00 P.M. CST, April 3, 2026. Electronic submissions should be emailed to joe.oglesby@faa.gov. Late proposals will not be considered. All questions must be submitted in writing via email to the Contracting Specialist.
Key Documents
- Various Systems Training PWS.pdf: Details the Statement of Work, objectives, scope, and performance standards.
- Schedule B.pdf: Outlines the specific Line Item Numbers (CLINs) for aircraft training courses across the base and option years, including placeholders for pricing.
- 6973GH-26-R-00084.pdf: The official Solicitation (SF33) detailing contract clauses, instructions to offerors, and evaluation factors.