VERTICAL WIND TUNNEL FACILITY SERVICES

SOL #: N0060426Q4016Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PEARL HARBOR
PEARL HARBOR, HI, 96860-4549, United States

Place of Performance

San Diego, CA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

Lease/Rental Of Recreational Buildings (X1FB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 25, 2026
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Mar 12, 2026, 1:00 AM

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 NAVSUP Fleet Logistics Center, Pearl Harbor (FLCPH) is soliciting proposals for Vertical Wind Tunnel (VWT) Facility Services to support Explosive Ordnance Disposal (EOD) personnel training. This requirement is a Total Small Business Set-Aside and will result in a Firm-Fixed-Price (FFP) purchase order. The services are to be performed at the contractor's facility within a 30-mile radius of EOD Training and Evaluation Unit ONE (TEU-1) in San Diego, CA 92147. Responses are due by March 12, 2026.

Scope of Work

The contractor shall provide a Vertical Wind Tunnel facility and associated services for EOD personnel to maintain parachute proficiency and qualification. Key services include:

  • Providing a VWT facility with a minimum 14-foot chamber diameter, capable of supporting 400 pounds of personnel and equipment.
  • Offering 60 hours of VWT facility use per 12-month performance period.
  • Supplying qualified VWT operator/instructors and safety observers, ensuring at least two qualified personnel (one operator, one instructor) are present at all times.
  • Providing Level 2 International Bodyflight Association (IBA) Coaches for body flight skills instruction.
  • Furnishing all necessary VWT equipment, safety gear, and two team rooms for debriefing and equipment storage (equipped with televisions).
  • Installing and operating one or more fixed-position cameras to record training flights for debriefing.
  • Establishing and maintaining a comprehensive safety and emergency action plan.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) Purchase Order
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 611699 (All Other Miscellaneous Schools and Instruction) with a $16.5 million Small Business Standard.
  • Period of Performance: A 12-month base period (June 1, 2026 - May 31, 2027) with two (2) 12-month option periods.
  • Place of Performance: Contractor's facility within a 30-mile radius of EOD Training and Evaluation Unit ONE (TEU-1) in San Diego, CA 92147.
  • Support Hours: Monday through Friday, 08:00 AM to 10:00 PM, excluding Federal holidays.

Key Requirements & Clarifications

  • The requirement is a follow-on to a previous contract (N0024422P0373).
  • Contractor personnel must possess a California State License to operate a VWT and valid insurance coverage.
  • Quoted prices should include both block time and coaching support for required personnel.
  • Services are non-personal, and contractor personnel shall not perform inherently governmental functions.

Performance Standards & Quality Assurance

A Quality Assurance Surveillance Plan (QASP) outlines the Government's evaluation method, including performance standards for VWT specifications, scheduling, personnel qualifications (IBA certifications), equipment, team rooms, video recording, and safety plans. Surveillance methods include periodic inspection and 100% inspection.

Submission & Evaluation

Award will be made to the responsible Quoter whose quote is most advantageous to the Government, considering technical acceptability, price fair and reasonableness, and past performance. Quoters must be registered in SAM.gov.

Important Notes

This is a Combined Synopsis/Solicitation (RFQ N0060426Q4016). Amendment 01 posted Vendor Questions & Answers (Q&A) and a revised Performance Work Statement (PWS). Bidders should review all attachments, especially the revised PWS, and applicable FAR & DFARS clauses.

People

Points of Contact

RACHEL TAMASHIROPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 25, 2026
View
VERTICAL WIND TUNNEL FACILITY SERVICES | GovScope