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), 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 the Engineering, Manufacturing, and Development (EMD) phase, 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 by 1500 EST on June 29, 2026.
Scope of Work
The UJTS requirement is 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 ground-based training systems (GBTS).
- Interim Contractor Logistic Services (I-CLS).
Performance will occur at Contractor Facilities and appropriate Government locations. Detailed requirements are in Attachments 2 (EMD SOW), 3 (LRIP SOW), and 4 (I-CLS SOW) of the RFP.
Contract & Timeline
- Contract Type: Anticipated to be a standalone C-type contract, including:
- 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).
- NAICS: 336411 (Aircraft Manufacturing).
- Proposal Due Date: June 29, 2026, 1500 EST.
- Published Date: April 30, 2026.
- Updates: An amendment is expected within the week of April 30, 2026. Government Q&A Attachment was posted to PIEE on April 9, 2026.
Evaluation
Award will be based on the evaluation of proposals in accordance with Section M criteria, seeking the "best value" to the Government. The Government may award contracts to one or two Highest Technically Rated Offerors if funding is available and offers the greatest value. Successful awardees for cost-type portions must have a Government-approved accounting system upon contract award.
Additional Notes
- Controlled Unclassified Information (CUI): Documents marked "CUI" will be distributed via DOD SAFE upon verification of appropriate facility clearance. Offerors must email the Contract Specialist with company details to request access.
- Submission: Proposals must be submitted via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module.
- Offeror Feedback: Feedback on the RFP should be submitted using the "Offeror-Feedback" attachment, requested no later than 30 days prior to the proposal due date. Non-proprietary Q&As will be continually released.
- Contacts: Administrative questions should be directed to Brandon Rider (brandon.f.rider.civ@us.navy.mil) and Rebecca Bravo (rebecca.w.bravo.civ@us.navy.mil), with the Procuring Contracting Officer being Thomas Conrow (thomas.w.conrow.civ@us.navy.mil).