Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2025 SAM #8776
SOURCES SOUGHT

U -- COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT

Notice Date
12/4/2025 7:12:50 AM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134026R1003
 
Response Due
1/7/2026 11:00:00 AM
 
Archive Date
01/22/2026
 
Point of Contact
joseph willdigg, Phone: 407-380-4423, Audrey Rolland, Phone: 4073804899
 
E-Mail Address
joseph.willdigg.civ@us.navy.mil, audrey.rolland@navy.mil
(joseph.willdigg.civ@us.navy.mil, audrey.rolland@navy.mil)
 
Description
COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT The Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD) has a requirement to support the Navy�s Command Aircraft Crew Training (CACT) Program for academic and simulator training on the UC-35D (military version of the Cessna Citation V ENCORE/CE-500-560). A commercial, Firm Fixed Price (FFP) Requirements contract is anticipated with a 60-month period of performance commencing on or about 30 October 2026. North American Industry Classification Systems (NAICS) Code is, 611512, size standard $34 million. The Product Service Code is U099. This acquisition is anticipated to be in accordance with FAR 6.1, Full and Open Competition, using the procedures at FAR Part 12 � Acquisition of Commercial Items. For informational purposes only, the incumbent contractor for these services is Flight Safety International. Interested parties may identify their interest and capability to respond to the requirement no later than 2 pm, EST, 7 January 2026. The results of the Sources Sought will be utilized to determine sources capable of satisfying the agency�s requirements. This market research tool is being used to identify potential and eligible contractors, of all sizes, prior to determining the method of acquisition. The contractor(s) must be capable of providing ALL training requirements identified for UC-35D and not just a portion of training. All training must be available for scheduling on Contract Start Date. Any contractor teaming with sub-contractor(s) must propose as a single Prime Contractor. Estimated Request for Proposal release:06 April 2026 Estimated Award: 30 October 2026. Period of Performance: 60 months. PLACE OF PERFORMANCE: Location: Contractor Facility, 100%. DISCLAIMER: �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR A PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� PROGRAM BACKGROUND NAWCTSD, Orlando, FL is the contracting and administrative agent for CACT programs. In accordance with this designation, NAWCTSD provides a contract vehicle and administrative support for training on the UC-35D aircraft. This requirement is a follow-on procurement; awarded as a Sole Source to Flight Safety International (FSI): contract number: N6134020D0020 . The existing contract is a commercial, Firm Fixed Priced (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) Type, due to expire. 30 Sep 2026 (UC-35C/D). REQUIRED CAPABILITIES 1. The contractor shall provide ALL of the following UC-35D specific individual courses to include: UC-35D Pilot Initial Training Course UC-35D Pilot Recurrent Training Course 2. The contractor shall provide ALL of the following individual non-aircraft specific courses to include: Pilot Initial International Procedures Training Pilot Refresher International Procedures Training. (eLearning) 3. The UC-35D training courses must be presented at a Title 14 Code of Federal Regulations (CFR) Part 142 certified training center for the UC-35D (ENCORE/CE-500-560) aircraft at time of training. 4. For all courses, the contractor shall provide: all the necessary facilities certified instructors management personnel scheduling/ administrative personnel materials and rights for use of materials for this contracted training training devices, simulators and courseware/materials needed for each course Online access to eLearning courses 5. The UC-35D CACT program training courses require classroom (academic and practical) training, Cockpit Familiarization Trainers (CFT) that depicts all cockpit systems, Part Task Trainers (PTT) for aircraft system training with trainee input and trainer response capability and FAA certified level C (or higher) flight simulators for UC-35D (ENCORE/CE-500-560) aircraft. 6. All training courses shall be stand-alone in that no contractor pre-arrival training requirements of the trainee will be allowed. (This does not apply to eLearning courses). Courses may be existing commercial-off-the-shelf (COTS) training courses modified to meet specific requirements delineated herein. 7. All training courses shall be taught in compliance with the UC-35 Model Manager Approved Training Syllabi (ATS). 8. The contractor will be required to submit a training syllabus for each course for government approval. ADDITIONAL INFORMATION Pilot Initial course attendees will be designated military aviators. UC-35C and UC-35D pilot recurrent course attendees will be qualified military UC-35 Pilot-in-Command (PIC) or second pilot military aviators that will have normally completed the UC-35 pilot initial course. ELIGIBILITY The applicable NAICS code for this requirement is 611512, with a size standard of approximately $34 million. The Product Service Code is U099. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. If applicable, respondents shall include their socio-economic status. Please identify SDVOSB, HUB Zone, 8(a), etc. status as applicable. SUBMISSION DETAILS (CAPABILITIES STATEMENT) Businesses capable of accomplishing the required services are invited to submit literature, brochures and capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. Summaries shall identify, at a minimum, business size and past (limit to within 3 years) and/or current performance on similar contracts (include dollar value, complexity and point of contact). Responses or questions are requested to be sent to joseph.j.willdigg.civ@us.navy.mil. The deadline for response to this request is 2 pm, EST, 7 January 2026. The contract type is anticipated to be a commercial, FFP, Requirements contract. The estimated ordering period is 60 months. The proposed contract is anticipated to include tasking that would be accomplished by task orders that are subject to FAR Part 12- Acquisition of Commercial Items. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Joe Willdigg, in either Microsoft Word or Portable Document Format (PDF), via email at joseph.j.willdigg.civ@us.navy.mil. This notice is for planning purposes only and is not to be construed as a commitment by the government to procure any services, or for the government to pay for the information received. The government is not committed nor obligated to pay for the information provided, and no basis for claims against the government shall arise as a result of a response to these Sources Sought. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/55e17def11e8487daaac0cd96f81e6db/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07658178-F 20251206/251204230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.