Skip to content
Department of Defense

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

Solicitation: N6134026R1017
Notice ID: 0c54a11b85b6475296c8e4883d81e499
TypeSources SoughtNAICS 611512PSCU099DepartmentDepartment of DefenseAgencyDept Of The NavyStateFLPostedFeb 25, 2026, 12:00 AM UTCDueMar 11, 2026, 06:00 PM UTCCloses in 14 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Mar 11, 2026. Industry: NAICS 611512 • PSC U099.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N6134026R1017. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 611512 (last 12 months), benchmarked to sector 61.

12-month awarded value
$84,784,861
Sector total $112,444,536 • Share 75.4%
Live
Median
$21,549
P10–P90
$21,549$21,549
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
75.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($84,784,861)
Deal sizing
$21,549 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for FL
Live POP
Place of performance
Not listed
State: FL
Contracting office
Orlando, FL • 32826-3224 USA

Point of Contact

Name
William Dahlstrom
Email
william.b.dahlstrom.civ@us.navy.mil
Phone
4073804052
Name
Audrey Rolland
Email
audrey.rolland@navy.mil
Phone
4073804899

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR NAWC TSD • NAWC TRAINING SYSTEMS DIV
Contracting Office Address
Orlando, FL
32826-3224 USA

More in NAICS 611512

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  ENCORE/CE-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, 11 March 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 and execution 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 with Upset Prevention Recovery Training (UPRT)
  • Simulator Periods (as required to supplement proficiency training, pilot upgrades, and evaluations)

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. All UC-35D Pilot Training Courses must be conducted at a Title 14 Code of Federal Regulations (CFR) Part 142 certified training center for the Cessna Citation Encore (CE-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 D full motion flight simulators for UC-35D (ENCORE/CE-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

  1. Pilot Initial course attendees will be designated military aviators.
  2. 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 william.b.dahlstrom.civ@us.navy.mil. The deadline for response to this request is 2 pm, EST, 11 March 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, William Dahlstrom, in either Microsoft Word or Portable Document Format (PDF), via email at william.b.dahlstrom.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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.