REQUEST FOR PROPOSAL (RFP) Undergraduate Jet Training System (UJTS)
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 Department of the Navy (DoN), specifically the Chief of Naval Air Training (CNATRA), is soliciting proposals for an Undergraduate Jet Training System (UJTS). This Request for Proposal (RFP) covers the Engineering, Manufacturing, and Development (EMD) of the UJTS solution, procurement of the first lot of Low-Rate Initial Production (LRIP) aircraft, limited ground-based training systems (GBTS), and interim contractor logistic services (I-CLS). This is a full and open competition. Proposals are due June 29, 2026.
Scope of Work
The UJTS is required to provide intermediate and advanced training for undergraduate United States Navy (USN) and United States Marine Corps (USMC) jet aviators and flight officers. The scope includes:
- Engineering, Manufacturing, and Development (EMD) of the UJTS solution.
- Procurement of the first lot of LRIP aircraft.
- Limited quantities of GBTS.
- Interim Contractor Logistic Services (I-CLS). Detailed requirements are outlined in the Statements of Work (SOWs) provided as Attachments 2 (EMD SOW), 3 (LRIP SOW), and 4 (I-CLS SOW) within the RFP. Performance will occur at Contractor Facilities and appropriate Government locations.
Contract & Timeline
- Type: Solicitation (RFP)
- Anticipated Contract Structure: A standalone C-type contract, expected to include:
- Cost-Plus-Incentive-Fee (CPIF) CLIN for EMD.
- Firm-Fixed Price (FFP) CLIN(s) for LRIP Lot 1.
- Cost-Plus-Fixed-Fee (CPFF) CLIN(s) for Site Activation and I-CLS.
- Set-Aside: Full and Open Competition.
- Product Service Code (PSC): 1510 (Aircraft, Fixed Wing)
- North American Industry Classification System (NAICS): 336411 (Aircraft Manufacturing)
- Proposal Due: June 29, 2026, by 1500 EST.
- Published: March 26, 2026.
Evaluation
Award will be based on the proposal providing the “best value” to the Government, evaluated according to Section M criteria. The Government may award contracts to the two Highest Technically Rated Offerors if funding is available and offers the greatest value. If two contracts are awarded, a subsequent solicitation will be released for down-selection. Successful awardees for cost-type portions must possess a Government approved accounting system upon contract award.
Additional Notes
This RFP incorporates Revolutionary FAR Overhaul (RFO) updates as of March 6, 2026, with changes detailed in the "RFO Change Tracker" attachment. Controlled Unclassified Information (CUI) documents (marked in Section J) will be distributed via DOD SAFE upon verification of appropriate facility clearance. Requests for CUI documents should be emailed to the Contract Specialist, including company name, address, security POC, and FCL cage code. Proposals must be submitted via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module. Offerors are requested to submit feedback using the "Offeror-Feedback" attachment no later than 30 days prior to the proposal due date. Administrative questions should be directed to Brandon Rider (brandon.f.rider.civ@us.navy.mil), Rebecca Bravo (rebecca.w.bravo.civ@us.navy.mil), and Thomas Conrow (thomas.w.conrow.civ@us.navy.mil).