U.S. Naval Test Pilot School
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 Naval Air Warfare Center AD (PAX), is seeking flight demonstration support for the U.S. Naval Test Pilot School (USNTPS) and other Naval Test Wing Atlantic (NTWL) Squadrons' Qualitative Evaluation (QE) flight exercises. This is issued as an intent to sole source to Army Aviation Heritage Foundation and Flying Museum Inc., but all interested parties are encouraged to submit capabilities and quotes for consideration. The contract will be a Firm Fixed-Price purchase order. Quotes are due by May 7, 2026.
Scope of Work
The requirement is for up to 22 demonstration flight hours in an AH-1F aircraft configured with dual flight controls and meeting applicable FAA standards. The aircraft must be available from May 24, 2026, to June 30, 2026, with planned fly days between May 26 and June 5, 2026. Key requirements include:
- Operation in day Visual Meteorological Conditions (VMC) within controlled airspace.
- Aircraft equipped with a Mode 3C transponder and VHF communications.
- Authorization to operate on JP-5, JP-8, or 100LL fuel.
- Provision of a contractor-provided safety pilot (FAA Certified Commercial Pilot, CFI, with specific flight hour requirements).
- Thorough briefing on aircraft systems, limitations, procedures, and safety.
- Submission of aircraft maintenance logs, registration, FAA Airworthiness certificate, and Operating Limitations for inspection.
- Separate pricing for aircraft repositioning or ferry costs.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Intent to Sole Source)
- Contract Type: Firm Fixed-Price purchase order.
- Period of Performance: May 24, 2026 - June 30, 2026.
- Planned Fly Days: May 26, 2026 - June 5, 2026.
- Set-Aside: Not a Small Business Set-Aside.
- Quotes Due: Thursday, May 7, 2026, at 4:00 PM EST.
- Published Date: May 4, 2026.
Submission & Evaluation
This is an intent to sole source under FAR Part 13.106-1(b) to Army Aviation Heritage Foundation and Flying Museum Inc. However, all interested parties MUST submit their capabilities and a quote by the due date for consideration. The Government will make a decision to consider other offers. Initial offers should represent the vendor’s best quote in terms of price and technical acceptability. Evaluation criteria are detailed in Section M (not provided in the document summary). Payment will be processed through Wide Area WorkFlow (WAWF).
Instructions to Offerors
Submissions must include: FOB, Shipping Cost, Tax ID#, Dun & Bradstreet #, Cage Code, Small Business status (Yes/No), GSA Contract No. (if applicable), and Estimated Delivery Date. If available on a Pricelist, provide a copy. Minimum insurance requirements and landing permits must be obtained and verified prior to transit and landing at NAS Patuxent River. Contractors must submit a plan for continuation of essential contractor services during crisis situations.
Point of Contact
JaNae Lester Email: janae.a.lester.civ@us.navy.mil