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) is soliciting proposals 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 Solicitation seeks an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for supplies and services related to advanced air combat training systems. Proposals are due May 4, 2026, at 12:00 PM local time.
Opportunity Details
This effort procures required supplies and services for TCTS II, which provides 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), and Portable Support Equipment Subsystem (PSES). The system offers encryption, an enhanced threat environment, platform interfaces, autonomous rangeless tactical training, and interoperability with existing infrastructure.
Scope of Work
The contract covers a wide range of supplies and services, including:
- Airborne Subsystems (AS)
- Ground Subsystems
- Ancillary Mission Equipment (AME)
- Spares
- Technical, Administrative, and Financial Data
- Program Management
- Systems Engineering and Non-recurring Engineering
- Cyber Engineering
- Logistics and Interim Contract Support
- Depot Support
- Technical Data Package and Travel
Contract & Timeline
- Contract Type: Indefinite Delivery/Indefinite Quantity (ID/IQ)
- Ordering Period: Five (5) years from contract award.
- Delivery/Task Order Period: May not exceed ten (10) years from the basic ID/IQC contract award.
- Minimum Quantity: $1,000
- Pricing: Primarily Firm Fixed Price (FFP), with some Cost Plus Fixed Fee (CPFF).
- Anticipated Award: Fourth quarter Fiscal Year 2026 (Q4 FY26).
- Proposal Due: May 4, 2026, 12:00 PM local time.
- Published: April 2, 2026.
Eligibility & Prerequisites
Offerors must meet specific requirements:
- Cross Domain Solutions must be on the NCDSMO List for Raise the Bar (RtB) 1.2 or higher.
- Provide a signed letter from the NSA identifying the End-item Cryptographic Unit (ECU) as certified to protect collateral Secret or above data.
- Completion of DD Form 2345, Military Critical Technical Data Agreement, is required to access the draft RFP and technical library.
- Cybersecurity Maturity Model Certification (CMMC) Level Requirements are specified.
Evaluation Factors
Proposals will be evaluated using a tradeoff process to select the "best value" for the Government. Evaluation factors include:
- Technical: Most important.
- Past Performance: Significantly important when combined with Technical.
- Price: Less important than Technical and Past Performance combined.
- Small Business: Evaluated as acceptable/not-acceptable.
Additional Notes
Feedback on the Final RFP is requested using the provided Sample Feedback Form. The Government makes no commitment to issue a solicitation or award a contract.