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) intends to award a Firm Fixed-Price (FFP) Multiple Award Contract (MAC) II for Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) services. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The due date for proposals has been suspended, and interested parties should monitor SAM.gov for updates.
Scope of Work
This MAC II focuses on the sustainment aspect of the curriculum lifecycle process, providing 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 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) Contract.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Proposal Due: Suspended. An updated due date will be provided in the future.
- Published: March 6, 2026.
- Clearance Requirement: Offerors must possess an active Facility Clearance Level of Secret or higher at the time of proposal due date. For Joint Ventures, each team member must have a valid Secret or higher FCL. Pending clearances are not permissible.
Additional Notes
This solicitation includes amendments N6134026R1001-0001 and -0002. A pre-proposal conference was held on February 10, 2026, and formal questions were due by February 12, 2026. Interested parties should regularly check SAM.gov for updates regarding the proposal due date and any further amendments.
Contact: Kelly Stevens, kelly.m.stevens4.civ@us.navy.mil, (407) 380-4143.