Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II
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 Naval Air Warfare Center Training Systems Division (NAWCTSD), under the Department of the Navy, is soliciting proposals for the Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) II. This Firm Fixed Price (FFP) Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract is for curriculum revision and maintenance services, focusing on the sustainment aspect of the curriculum lifecycle. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due March 2, 2026.
Scope of Work
The PACRM II MAC will provide a wide range of classified and unclassified courseware revision and maintenance services. This includes operator and maintenance curriculum and classroom training delivery systems for various manned/unmanned aircraft Type/Model/Series (T/M/S) such as MH-60, MQ-8, E-2, C-2, P-3, P-8, F/A-18, and new T/M/S, as well as Navy and Marine Corps technical training courses. Services will support the long-term Revision and Maintenance needs of the Naval Fleet, Air, Training and Schools Commands, other Government training support activities, and Foreign Military Sales (FMS) cases globally.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ)
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Proposal Due: March 2, 2026, 7:00 AM EST
- Published Date: February 27, 2026
- Key Requirement: Offerors must possess an active Facility Clearance Level of Secret or higher by the proposal due date. For Joint Ventures, each team member must have this clearance if the JV principal does not. Pending clearances are not acceptable.
Pre-Proposal Conference & Questions
A virtual Pre-Proposal Conference (PPC) was held via TEAMs on Tuesday, February 10, 2026, at 9:00 AM. Prospective Offerors were required to schedule attendance by Wednesday, February 4, 2026, 11:00 AM EST. Questions generated at the PPC or otherwise were required to be submitted in writing using PACRM II MAC Attachment L-5 Solicitation Question Response Form by Thursday, February 12, 2026, 11:00 AM EST. The Government stated that all formal questions and answers would be distributed via amendment.
Additional Notes
Offerors should refer to RFP amendment N6134026R1001-0001. The Government notes that while Section M, Part B, 4.0 Other Definitions may appear difficult to read in some formats, a conformed copy is legible. Failure to attend the PPC or submit questions was construed as full understanding of the solicitation requirements.