Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2026 SAM #8833
SOURCES SOUGHT

U -- Flight Training II BPA

Notice Date
1/30/2026 11:48:25 AM
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
260113092838BPA
 
Response Due
2/6/2026 5:00:00 PM
 
Archive Date
02/21/2026
 
Point of Contact
Brianna Vicsotka, Phone: 6612773056, Carlos A. Barrera, Phone: 6612778438, Fax: 6612770470
 
E-Mail Address
brianna.vicsotka.1@us.af.mil, carlos.barrera.8@us.af.mil
(brianna.vicsotka.1@us.af.mil, carlos.barrera.8@us.af.mil)
 
Description
This is a Sources Sought Synopsis and Request for Information (RFI) announcement to afford industry an opportunity to provide information regarding their capabilities to provide commercial items and services. The is not a Request for Quotation (RFQ) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the U.S. Government to form a binding contract USAF Test Pilot School is looking to award a five-year Blanket Purchase Agreement (BPA) to vendors who can provide three different aircraft training requirements. The three different aircraft that vendors, who can be able to provide specifically, are the AT-802, Grob 120TP, and the Jetpack. A. AT-802 Aircraft Requirements: 1.Vendor operates qualitative evaluations within 50 miles driving distance of Edwards AFB. 2. Vendor provides AT-802 with certified flight instructor (CFI) that can support front seat qualitative evaluation flights for USAF TPS. 3. Qualitative evaluation flights will include water drops from AT-802. 4. Vendor is open to USAF Test Pilot Airplane Single Engine Certified Flight Instructors serving as the PIC in the AT-802 and conducting qualitative evaluation flights from the front seat with flight test engineer students in the back seat. If required, vendor would provide necessary checkout/training to the individuals (at cost). B. Grob 120TP Requirements: 1. Vendor operates qualitative evaluations within 50 miles driving distance of Edwards AFB. 2. Vendor provides Grob 120TP (or similar spin training aircraft) that can support qualitative evaluation flights for USAF TPS. 3. Vendor will allow USAF Test Pilot Airplane Single Engine Certified Flight Instructors to serve as the PIC for qualitative evaluation flights. If required, vendor would provide necessary checkout/training to the individuals (at cost). C. Jetpack Requirements: 1. Vendor will provide USAF TPS with qualitative evaluation flights in jet fueled jetpack. The AFTC anticipates awarding a contract under the associated North American Industry Classification System (NAICS) code 611512 with a standard size of $34,000,000 dollars and a Product Service Code (PSC) of U099. A BPA contract lasting five (5) years will be contemplated. System for Award Management (SAM.gov) registration is mandatory for this contract (see SAM.gov website at (https://sam.gov/content/home). Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition strategy. If sufficient responsible and capable sources are identified, a formal RFQ will be posted on SAM.gov. Interested parties are requested to furnish a capability statement detailing their capabilities to provide these services, including highlights of experience on similar government or commercial contracts/ agreements. In addition, please indicate the following: Business size (Large or Small) Cage Code/Duns A list of any contracts or agreements similar in nature including: Program/ project name Contract number or other identifiers Administering office/address Point of contact with the current telephone number/ Email Address The AFTC will not pay for information or comments provided and will not recognize any cost associated with submission of comments. Please provide your response in Microsoft Word or a Microsoft Word compatible format. Submissions should be to the point and no more than 10 double space pages. Responses shall not be proprietary and will be unclassified. Interested vendors should submit responses no later than 6 February 2026 by 16:30pm Pacific Standard Time (PST). Small Business sources responding above. Replies to this RFI should be sent via email to: Contract Specialist- Brianna Vicsotka, AFTC PZZD, brianna.vicsotka.1@us.af.mil Contracting Officer-Carlos Barrera, AFTC/PZZD, carlos.barrera.8@us.af.mil Please see the attached Performance Work Statement (PWS) for more details.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4d52e505dcdf4c0aa18eadc726c6585e/view)
 
Place of Performance
Address: CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07702506-F 20260201/260130230041 (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!  © 1994-2026, Loren Data Corp.