Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2026 SAM #8838
SOURCES SOUGHT

69 -- CH-53K TRAINING SYSTEMS INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ)

Notice Date
2/4/2026 1:03:31 PM
 
Notice Type
Sources Sought
 
NAICS
333310 —
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134026R0TBD
 
Response Due
3/5/2026 11:00:00 AM
 
Archive Date
03/30/2026
 
Point of Contact
Fernando Cerpa-Rondon, Phone: 4073808475, Xavier Rojas, Phone: 4073804901
 
E-Mail Address
fernando.a.cerparondon.civ@us.navy.mil, xavier.e.rojas.civ@us.navy.mil
(fernando.a.cerparondon.civ@us.navy.mil, xavier.e.rojas.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
INTRODUCTION: The Naval Air Warfare Center Training Systems Division (NAWCTSD) in Orlando, FL, is conducting market research to identify sources capable of performing tasks for the design, fabrication, procurement, delivery, installation, integration, configuration, technical documentation, test, modernization, and concurrency of Cargo Helicopter-53K (CH-53K) aircrew training devices to include both Containerized Flight Training Devices (CFTDs), a Flight Training Device (FTD), and Advanced Aviation Training Devices (AATDs) , located at Marine Corps Air Station (MCAS) New River, MCAS Miramar, MCAS Yuma, MCAS Futenma, and Joint Base McGuire/Dix/Lakehurst (JBMDL). The aircrew devices are used for training CH-53K pilots and copilots in areas such as: (1) Naval Aviation Training and Operational Procedure Standardization (NATOPS) procedures. (2) Emergency procedures training. (3) Forward Looking Infrared (FLIR) training. (4) Night Vision Goggle (NVG) Training and networked training within existing infrastructures. To fulfill this requirement, NAWCTSD is exploring its acquisition strategy and seeking information from industry. For preliminary planning purposes, the Government is considering an approach in accordance with Federal Acquisition Regulation (FAR) Part 15 � Contracting by Negotiation. The currently contemplated contract vehicle is a non-commercial, Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) requirements contract with a potential ordering period of 60 months, estimated to commence around April 1, 2027. This proposed strategy is subject to change based on the responses to this notice and further market research. The anticipated North American Industry Classification System (NAICS) code for this requirement is 333310 (Commercial and Service Industry Machinery Manufacturing), with an associated Small Business Size Standard of 1,000 Employees, and the Product Service Code (PSC) is 6910 (Training Aids). Interested parties may identify their interest and capability to respond to the requirement no later than 2:00pm, (EST), 05 March 2026. PURPOSE: The purpose of this Sources Sought Notice (SSN) is to conduct market research in accordance with FAR Part 10. However, as previously mentioned, the contract is planned to be conducted in accordance with FAR Part 15. The Government is seeking to gather information from industry to finalize its acquisition strategy for design, fabrication, procurement, delivery, installation, integration, configuration, technical documentation, test, modernization, and concurrency of the CH-53K aircrew devices. The primary objectives of this SSN are to: Identify Capable Sources: Determine the availability and technical capabilities of all interested contractors, including Small Business concerns, that can provide the required products and services. Refine the Acquisition Strategy: Obtain industry feedback to help the Government shape its contracting approach, including the contract type, scope, and the potential for a Small Business set-aside. Based on the responses to this SSN, the Government may take one or more of the following steps: Provide industry with an updated description of the requirements Offer an opportunity to review DRAFT solicitation documentation (available upon request only). Host an Industry Day or a Pre-Solicitation Conference to facilitate further engagement. BACKGROUND: This acquisition will remain consistent with on-going and historical contracts in support of the CH-53K Program. The CH-53K program mission is to generate and support a robust United States Marine Corps (USMC) heavy-lift capability. The CH-53K helicopter will replace the CH-53E helicopter to provide improvements in lift and range capabilities, commonality, reliability, maintainability, interoperability, ship integration, survivability, and force protection. Aircrew devices provide CH-53K pilots with the ability to maintain aeronautical skills and to practice maneuvers, procedures, and missions, as well as to develop new tactical skills. The Containerized Flight Training Device (CFTD) is a non-motion-based device that is housed in a container and includes a visual system that is common to Marine Corps flight simulators. The CFTD will be connected to the Tactical Environment (TEn) and be Aviation Distributed Virtual Training Environment (ADVTE) ready; Information Assurance (IA) complaint; and have a 260x80-degree visual display. The Flight Training Device (FTD) is essentially the same as a CFTD, but without the container or HVAC system. The AATD is a non-motion-based device that includes a mixed-reality-based visual system. Currently, there is no requirement to connect the AATDs to the ADVTE. The USG initially awarded Firm-Fixed Price Sole Source Contract N00019-06-C0081 for CFTD 2F243-1 as part of the CH-53K ACAT I SDD, delivered in Q3FY19. A subsequent requirement was solicited via Training System Contract (TSC) IV Multiple Award (MA) Indefinite Delivery Indefinite Quantity (IDIQ), resulting in the award of a Delivery Order which procured and delivered CFTDs 2-4 for training on CH-53K platform. Further research was generated from subsequent sources sought capabilities efforts, and RFI statements issued on 22 June 2023 and 17 January 2023 respectively. Based on industry feedback, the government determined this effort is best solicited as an unrestricted fair opportunity under the auspices of Training Systems Contract IV (TSC IV) Multiple Award Contract, resulting in use of FAR 16.505 procedures. Furthermore, industry feedback resulted in the government decreasing the scope of the requirement to its current scope- first technical refresh for CFTD 2F243-1. The follow-on competitive procurement was conducted under FAR 16.505 resulted in a new delivery order issued for CH-53K CFTD 2F243-1 upgrades from FY26 - FY27. The period of performance for this requirement, excluding the performance of Interim Contractor Support (ICS) is 18 months. Performance of Technical Refresh is proposed to start March 2026-August 2027. The performance for Interim Contractor Support (ICS) is proposed to commence September 2027- November 2027 (on site) December 2027- April 2028(on-call). The above and recently awarded follow-on acquisition will task the contractor to upgrade, modify, design, fabricate, install, and test the United States Marine Corps (USMC) CH-53K Containerized Flight Training Device (CFTD-1) 2F243-1, located at Marine Corps Air Station (MCAS) New River. Additionally, it will provide training systems supportability, reduce total life cycle support costs and obsolescence, and enhance flight crew training. The timeline from Contract Award in February 2026 to the final Ready for Training (RFT) spans 18 months. DETAILED REQUIREMENTS: To satisfy the subject requirements, the government anticipates award of a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to a single contractor with an ordering period of up to sixty (60) months. This ID/IQ is anticipated to result in multiple delivery orders (DO) containing fixed-price contract line items. The Contractor shall execute Delivery Orders (DO) within the CH-53K IDIQ Contract. This IDIQ Contract will consist of multiple delivery orders consisting of new procurement, tech refreshes, modifications, non-recurring engineering, aircraft concurrencies and potential in-scope emerging requirements for CH-53K Training. This IDIQ will consist of, but not limited to, CH-53K aircrew devices, CH-53K desktop trainers and training software applications, and any other CH-53K Training hardware and software. The contract shall design, install and test components and software for the United States Marine Corps (USMC). The Government will provide a Base Statement of Work (SOW), DO-specific SOW and DO-specific Specification (SPEC). The contractor shall organize, coordinate and control the program activities to ensure compliance with all requirements including the timely delivery. The contractor shall include program meetings, Integrated Product Team (IPT) meetings, risk tracking and management, quality and configuration management, and compliance with operational security requirements to ensure a timely and quality delivery of the devices. Technical requirements described within this document and any associated attachments are not final and may change. The CH-53K Training Devices shall provide: Simulated training capabilities outlined in the CH-53K Training and Readiness Manual Full tactical and familiarization training Naval Aviation Training and Operational Procedure Standardization (NATOPS) procedures Night Vision Goggle (NVG) stimulation Instrument Flight Emergency Procedures Aircraft communication modes Navigation capabilities Shipboard operations Forward Looking Infrared (FLIR) simulation Basic and advanced tactics Weapon delivery procedures Electronic Counter Measure (ECM) operations ADDITIONAL INFORMATION RELATED TO THE DETAILED REQUIREMENTS FOR THE CH-53K Training Devices: The visual system shall provide visual and sensor scenes necessary for training CH-53K fleet squadron pilots and co-pilots in aircraft control skills, systems operation skills, and tactical skills for day, dusk, night, and all simulated weather, environmental, and tactical conditions. The Out-The-Window (OTW) display system shall provide a field-of-regard (FOR) such that when observing the training scene through the cockpit windows (i.e. windshields, side windows, and chin bubbles) from any position within the viewing volume specified for each trainee (i.e. pilot and co-pilot) the displayed training scene image subtends a Field Of View (FOV) that meets or exceeds the FOV afforded by the corresponding cockpit windows through which the scene is being observed. Database Requirements (Domestic) United States East Coast United States West Coast Hawaii Iraq Afghanistan Bridgeport, CA (Summer and Winter) database Mediterranean West Pacific Middle East Southeast Asia The cockpit shall be a full-scale replica of the Design Basis Aircraft (DBA) cockpit. The CFTD/FTD shall simulate all cockpit and helmet instrument indications automatically in response to control movement by the pilots, simulated aircraft performance, instructor-inserted actions, or external simulated environmental effects, such as turbulence or wind shear. All displays, instruments, symbols, panel assemblies, switches, levers, knobs, and lights the cockpit shall be provided to replicate the form, fit, function, feel, and finish of the DBA. In addition, the CFTD/FTD shall replicate both static and dynamic responses and be Night Vision compatible. All cockpit equipment shall be fully integrated into the CFTD/FTD and their functionality is the same as the DBA. The AATD shall consist of a full cockpit (Pilot/Co-Pilot), Instructor Operating System (IOS), operating environment and visual system. The components shall be met with 3-dimensional physical representation, fully functional, limited environmental fidelity for all interfaces with the exception of the Pilot Overhead Circuit Breaker which shall be 2-dimensional physical representation, fully functional simulation, limited environmental fidelity. Government Furnished Information and Software (GFI/S). The following is a sample list of key GFI/S the Government intends to provide after award. This list is not all inclusive and subject to change: Tactical Environment network (TEn) and Interface Control Document CH-53K Aircraft Documentation NATOPS CH-53K Training Device Documentation Operations & Maintenance Manual (O&M) Product Drawings and Associated Lists (PDAL) Training System Support Document (TSSD) Test Procedures (ATPs) Software Product Description (SPD) Maintenance Requirements Cards (MRC) Sequence Control Chart (SCC) Aircraft Trainer Criteria Report (ATCR) Technical Data Package (TDP) The place of performance will be at MCAS New River, MCAS Miramar, MCAS Yuma, MCAS Futenma, and Joint Base McGuire �Dix-Lakehurst (JBMDL) and others. It is anticipated that any resulting contract would be accomplished under the provisions of a firm-fixed-priced (FFP) contract. Contract award is planned for April 2027 and is subject to change. DRAFT REQUIREMENTS DOCUMENTATION REQUEST INSTRUCTIONS: Requests to obtain the DRAFT requirements documentation shall be sent to the Lead Contract Specialist with a copy to the Procuring Contracting Officer, identified in the Sources Sought Notice Submission Response Details below. Requests are acceptable from any interested potential and eligible contractor, of all sizes. The Requests shall include Exports Control � Security POC(s) as these documents are marked with DISTRIBUTION STATEMENT D � Distribution authorized to Department of Defense and U.S. DoD Contractors only (Export Control, Administrative and Operational Use Only) (01 July 2023). SOURCES SOUGHT NOTICE SUBMISSION RESPONSE DETAILS: Written responses to this announcement should be succinct, but sufficient in detail to adequately demonstrate the required capability to meet the Government�s stated requirements. The Government intends to utilize the data collected from this announcement to finalize the acquisition and contracting strategy for the CH-53K devices specified in the detailed requirements. Information about your company: Identify your company�s SAM.gov registered name, CAGE code, Unique Entity ID, and POC information (telephone and email address) Identify if your company is considered �small business� under the size standard associated with the NAICS code listed within this announcement. Identify your company�s socio-economic status [i.e., WOSB, EDWOSB, SDVOSB, HUBZone, or 8(a)]. Please address if your company is interested in participating as a prime or subcontractor. If interested in the prime contractor role and plan on subcontracting to other companies in order to deliver technical capability, please provide details on exactly which tasks will be assigned to those subcontractors; in addition, provide the names of those anticipated subcontractors, and list the anticipated percentage of small business subcontracting. If applicable, please identify other contract vehicles the Government should consider for this requirement for which your company is an awardee [e.g., Government-Wide Acquisition Contracts (GWAC), Multi-Agency Contracts, Other Indefinite Delivery Contracts (IDC), Federal Supply Schedules (FSS), Basic Ordering Agreements (BOA), Blanket Purchase Agreements (BPA), Small Business Innovation Research (SBIR) or Small Business Technology Transfer (STTR) Program Awards]. Delivery Schedule A discussion of your company�s capabilities to produce and deliver the CH-53K devices 2F243-5, 2F243-6, 2F243-7, Flight Training Device 2F249-1, and modernization of existing aircrew devices within the Government�s delivery schedule requirements of TBD months to include trainer downtime. Please provide supporting rationale for your response to include a discussion of manufacturing capacity, resources and facilities that will be employed to meet the Government�s delivery schedule requirements. Identify your lead time from contract award to RFT of the CH-53K devices 2F243-5, 2F243-6, 2F243-7, Flight Training Device 2F249-1, and modernization of existing aircrew devices per the Government�s required delivery schedule. Please provide supporting rationale for your response. If the above referenced GFI is insufficient; please describe in detail what additional data would be required and how it would aid your company in meeting the Government�s requirements. Provide your experience developing, integrating and evaluating rotary wing aircraft such as H-53, H-1, H-47, and H-60 simulations, flight models, and overall training devices. developing, integrating and evaluating Desktop Trainers and/or computer application that helps familiarize and train rotary wing pilots, maintenance and supporting aircrew personnel. Provide your experience with rotary wing aircraft such as H-53, H-1, H-47, and H-60 training systems and the integration of United States Marine Corps � Aviation Training Systems common products such as: Aviation Distributed Virtual Training Environment (ADVTE), Common Virtual Training Area (CVTA), Tactical Environment (TEn) and other products that are common and essential for rotary wing training systems. Positive and negative responses required. Provide your experience with the integration of rotary wing such as H-53, H-1, H-47, and H-60 aircraft equipment both simulated and non-simulated such as: Multi-Function Displays (MFD) and associated Primary Flight Display (PFD) Primary Flight Display (PFD) Control Display Unit (CDU) Data Concentrator Unit (DCU) Flight Controls and Management and Avionics Management Systems (AMS) 1553 bus ARINC 429 Digital Map System Provide your experience integrating rotary wing such as H-53, H-1, H-47, and H-60 simulated aircraft systems such as: Aircraft communications systems Navigation systems DECM/DIRCM systems Avionics Flight Control System (FCS) NOTE: Where applicable, include the following information: Government contract number. Contract value. Role your company played. Point of contract telephone number. Businesses capable and interested in competing for this requirement, please provide a response to this request by email to the Lead Contract Specialist, Fernando Cerpa, at fernando.a.cerparondon.civ@us.navy.mil with a copy to the Procuring Contracting Officer, Xavier Rojas xavier.e.rojas.civ@us.navy.mil no later than date 05 March 2026, 02:00pm (EST). Submissions shall be no more than ten (10) 8.5 x 11-inch pages excluding tables, spreadsheets, and graphics; with a font size no smaller than 10-point; and single line spacing. Please submit all questions by email to the same POC. LIMITATIONS ON SUBCONTRACTING: If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14, �Limitations on Subcontracting,� Class Deviation 2021-O0008, Revision 1, is now in effect which includes the definition of �Similarly Situated Entity� and provides a methodology for the 50% calculation for compliance with the clause. Small business primes may count �first tier subcontracted� work performed by Similarly Situated Entities as if it were performed by the prime itself. Please read the full text of Class Deviation 2021-O0008, Revision 1 - Limitations on Subcontracting for Small Business, dated 15 February 2023, at [https://www.acq.osd.mil/dpap/policy/policyvault/USA000277-23-DPC.pdf].� To assist in our market research and determination for this effort, if you are a small business interested in priming this effort and plan to utilize �Similarly Situated Entities� to meet the Limitations on Subcontracting, please identify the name, Unique Entity ID, and CAGE Code of the specific company(s) you intend to partner/subcontract with to meet the requirements as well as their small business size status under the NAICS Code that you as the prime would assign for their workshare. Information regarding any planned �Similarly Situated Entity� should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government�s capability determination. DISCLAIMER �THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. FURTHER, ANY DOCUMENTATION PROVIDED OR MADE AVAILABLE UPON REQUEST ARE CONSIDERED DRAFT DOCUMENTS AND MAY NOT REFLECT THE GOVERNMENT�S FINAL REQUIREMENTS. 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. 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. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No basis for claims against the Government shall arise as a result of a response to this Sources Sought.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6638258a7010417588814a67eb0f5db9/view)
 
Place of Performance
Address: FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN07705199-F 20260206/260204230039 (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.