School of Infantry (West) Traveling Parachute Rigger Services
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, specifically the COMMANDING GENERAL (M68450), is soliciting proposals for Traveling Parachute Rigger Services to support the School of Infantry (West) training operations. This Total Small Business Set-Aside opportunity requires Federal Aviation Administration (FAA) approved parachute riggers to pack main and reserve parachutes. Offers are due by March 27, 2026, at 12:00 AM Pacific Standard Time.
Scope of Work
The contractor will provide parachute rigging support for the Reconnaissance Training Company, Detachment Yuma Proving Ground - Advanced Mobile Training Team, Advanced Infantry Training Battalion, School of Infantry (West). Services are crucial for Tandem Offset Resupply Delivery System (TORDS) training operations. Key requirements include:
- Providing parachute rigging support on a "per day" basis for nine (9) training iterations.
- Performing reserve parachute packing for all twelve (12) systems twice annually.
- Conducting main canopy reline on six (6) canopies twice annually.
- Designated parachute riggers must hold a minimum Federal Aviation Administration (FAA) Senior Rigger rating.
- The contractor is responsible for providing their own tools, conducting necessary repairs, and providing a packing logbook to the AMTT paraloft chief.
- Written proof of completion of requirements for designated parachute riggers must be provided.
- The contractor is also responsible for all personnel transportation, meals, and lodging.
Contract & Timeline
- Contract Type: Firm Fixed Price (for rigging services).
- Period of Performance: May 01, 2026 - April 30, 2027.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Solicitation Issue Date: March 23, 2026.
- Offer Due Date: March 27, 2026, by 12:00 AM Pacific Standard Time.
- Published Date: March 23, 2026.
Submission & Evaluation
Offers must be submitted in PDF format via email to both john.rutkowsky@usmc.mil and allen.l.hayes@usmc.mil. Evaluation factors include Price, Technical Acceptability, and Past Performance. The award will be made to the quoter whose submission represents the best value to the Government.
Additional Notes
The Performance Work Statement (PWS) contains detailed requirements. While the primary location is Camp Pendleton, CA, performance locations may vary across the United States. Government Furnished Equipment (GFE) will be provided for the relining process, and the contractor assumes full fiscal liability for any GFE in their possession or in transit.