REQUEST FOR PROPOSAL (RFP) Undergraduate Jet Training System (UJTS)

SOL #: N0001926R1014Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

Place of performance not available

NAICS

Aircraft Manufacturing (336411)

PSC

Aircraft, Fixed Wing (1510)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 26, 2026
2
Last Updated
May 8, 2026
3
Submission Deadline
Jun 29, 2026, 9:00 PM

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), PMA-273 Naval Undergraduate Flight Training Systems, has released a Request for Proposal (RFP) for the Undergraduate Jet Training System (UJTS). This opportunity seeks solutions for intermediate and advanced jet aviator and flight officer training for the U.S. Navy (USN) and U.S. Marine Corps (USMC). The requirement covers Engineering, Manufacturing, and Development (EMD), initial Low-Rate Initial Production (LRIP) aircraft, ground-based training systems (GBTS), and interim contractor logistic services (I-CLS). This is a full and open competition. Proposals are due by 1500 EST on June 29, 2026.

Scope of Work

The UJTS program requires a comprehensive solution for undergraduate jet training. This includes:

  • Engineering, Manufacturing, and Development (EMD): Design and development of the UJTS solution.
  • Low-Rate Initial Production (LRIP) Lot 1: Procurement of the first lot of aircraft.
  • Ground-Based Training Systems (GBTS): Limited quantities of associated training systems.
  • Interim Contractor Logistic Services (I-CLS): Support services for the initial phase. Performance will occur at Contractor Facilities and appropriate Government locations.

Contract & Timeline

  • Contract Type: Anticipated to be a standalone C-type contract, including:
    • Cost-Plus-Incentive-Fee (CPIF) for EMD.
    • Firm-Fixed Price (FFP) for LRIP Lot 1.
    • Cost-Plus-Fixed-Fee (CPFF) for Site Activation and I-CLS.
  • Set-Aside: Full and Open Competition.
  • NAICS: 336411 (Aircraft Manufacturing).
  • PSC: 1510 (Aircraft, Fixed Wing).
  • Proposal Due: June 29, 2026, 1500 EST.
  • Published Date: April 9, 2026.

Evaluation & Requirements

The Government intends to select one Offeror based on "best value." However, it may award contracts to the two Highest Technically Rated Offerors if funding allows and it offers the greatest value. If two awards are made, a subsequent solicitation will be released for down-selection. Offerors must have a Government-approved accounting system upon contract award due to the cost-type contract elements.

Submittal Information & Contacts

Proposals must be submitted via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module. Documents marked as Controlled Unclassified Information (CUI) require a facility clearance and can be requested via email to the Contract Specialist. Offerors must use the "Offeror-Feedback" attachment for any feedback, submitted no later than 30 days prior to the proposal due date. The Government will release non-proprietary Q&As. For administrative questions, contact:

People

Points of Contact

Files

Files

View
View
View
View

Versions

Version 4
Solicitation
Posted: May 8, 2026
View
Version 3
Solicitation
Posted: Apr 30, 2026
View
Version 2Viewing
Solicitation
Posted: Apr 9, 2026
Version 1
Solicitation
Posted: Mar 26, 2026
View