Pre-Solicitation Notice and Draft RFP for U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 combat Training System (P6CTS)
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 Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, Florida, has issued a Pre-Solicitation Notice and Draft RFP for the U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and the United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS). This notice is for informational purposes only and does not constitute a formal Request for Proposals (RFP). The Government is seeking feedback on the Draft RFP by March 12, 2026. The anticipated formal solicitation release is Q2 FY26, with an anticipated contract award in Q4 FY26.
Scope of Work
The effort involves the procurement of supplies and services to support the TCTS II/P6CTS requirements, providing range-tethered and untethered air combat training with secure air-to-air and air-to-ground data links. Key components include the Airborne Subsystem (AS), Ground Subsystem (GS), Remote Range Unit (RRU) Subsystem, and Portable Support Equipment Subsystem (PSES). TCTS II offers encryption, an enhanced threat environment, and platform interfaces for various aircraft, supporting both fixed-range and autonomous rangeless tactical training. The Draft Solicitation details Contract Line Item Numbers (CLINs) for production of AS, GS, PSES, RRU, Ancillary Mission Equipment (AME), spares, program management, system engineering, cyber engineering, interim contractor support (ICS), depot support, technical data products, and travel.
Contract & Timeline
- Contract Type: Anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a five-year ordering period.
- Set-Aside: None specified in the metadata. However, the Draft RFP incorporates clauses related to small business concerns, HUBZone small business concerns, and requires a Small Business Participation Commitment Document (SBPCD) and, if applicable, an Individual Subcontracting Plan (ISP).
- Draft RFP Feedback Due: March 12, 2026, by 1700 EST, using the attached Sample Feedback request form.
- Anticipated Formal Solicitation Release: Second Quarter of Fiscal Year 2026 (Q2 FY26).
- Anticipated Contract Award Date: Fourth Quarter of Fiscal Year 2026 (Q4 FY26).
Key Requirements & Prerequisites
To participate, offerors must meet specific prerequisites:
- Cross Domain Solutions must be on the Cross Domain Solution Management Office (NCDSMO) List for Raise the Bar (RtB) 1.2 or higher.
- Offerors must provide a signed letter from the National Security Agency (NSA) identifying the End-item Cryptographic Unit (ECU) they plan to integrate is certified to protect collateral Secret, or above data.
- Access to technical documents requires a successfully completed DD Form 2345, Military Critical Technical Data Agreement.
Submission & Evaluation (Draft RFP)
- Submission Method: Electronic via the PIEE system for formal proposals.
- Proposal Format: Detailed proposals structured into volumes (Contract Administration, Technical, Cost/Price, Small Business) demonstrating understanding of requirements and risks.
- Evaluation: Formal proposals will be evaluated based on Technical (significantly more important than Price) and Price, with a "best value" tradeoff process. Small Business will be evaluated as acceptable/not-acceptable.
Additional Notes
This notice is for informational purposes only and does not commit the Government to issue a solicitation or award a contract. Feedback to industry questions from previous postings is available upon request via DD2345. A technical library will be established for relevant documents.