Pre-solicitation Notice ? Procurement of Projection System Upgrade in support of P-8A Aircrew Training Device (ATD) - Operational Flight Trainer (OFT)
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) Orlando is soliciting proposals for a P-8A Aircrew Training Device (ATD) - Operational Flight Trainer (OFT) Projection System Upgrade. This requirement involves designing, fabricating, installing, integrating, testing, and delivering new projection systems for US Navy and Royal Australian Air Force (RAAF) P-8 aircraft platforms. This is a Total Small Business Set-Aside with a Firm Fixed Price contract anticipated. Proposals are due June 15, 2026, at 01:00 PM EST.
Scope of Work
The contractor will upgrade the P-8A OFT Projection System at NAS Jacksonville, FL; NAS Whidbey Island, WA; and RAAF Base Edinburgh, SA. This includes replacing existing hardware, delivering a new projection system, and ensuring a common hardware and software baseline for USN and RAAF OFTs. The scope covers Visual Display System (VDS) modification, pre-modification inspections, systems engineering, software installation, and comprehensive cybersecurity compliance.
Key Requirements / Deliverables
The upgrade solution must meet detailed performance specifications for the Visual System (VS) and Display System (DS), including frame rates (>=60 Hz), Field-of-View (min 60 deg vertical, 220 deg horizontal), resolution (avg 5 arc-mins/OLP), luminance (avg 8 ft-L), color accuracy, contrast ratio (min 10:1), and geometric accuracy. Specific deliverables include:
- Compliance with System Authorization Access Request (SAAR) and identification protocols.
- Packaging and marking per MIL-STD-129/130.
- Technical data delivery via DD Form 1423.
- Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher, adhering to DODI 8510.01, NIST SP 800-53, and CNSSI 1253, including vulnerability scanning, STIG implementation, and POA&M development.
- Conducting Developmental Test (DT-C1), Integration Test (IT-C1), and On-Site Installation Verification (OSIV) for RAAF systems.
- Logistics management, technical publications, and maintenance training.
- Contractor is responsible for disposal of excess trainer hardware.
Contract Details
- Solicitation Number: N61340-26-R-1010
- Contract Type: Firm Fixed Price (for most line items)
- Set-Aside: Total Small Business
- NAICS Code: 333310 (Commercial and Service Industry Machinery Manufacturing)
- Size Standard: 1000 employees
- Product Service Code (PSC): 6910 (Training Aids)
- Offer Due Date: June 15, 2026, 01:00 PM EST
- Solicitation Issue Date: April 10, 2026
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil. Hard copies are not authorized. Proposals are structured into three volumes: Technical (limited to 20 pages for narrative), Past Performance, and Price. Evaluation will use a "Best Value" trade-off method, where Technical and Past Performance are equally important and significantly more important than Price. Past performance references are limited to five contracts within the last five years. Required attachments (L-1 through L-7) must be submitted as standalone files.
Important Notes
An Industry Day was held on April 28, 2026, at NAS Jacksonville, FL, to provide an overview of the draft solicitation. The specification document contains Controlled Unclassified Information (CUI) and is export-controlled, with distribution limited to DoD and U.S. DoD Contractors. Primary Contact: Amanda McCarthy (Amanda.M.McCarthy.civ@us.navy.mil, 407-380-4013).