Skip to content
Department of Defense

Flight Training II BPA

Solicitation: 260113092838BPA
Notice ID: 4d52e505dcdf4c0aa18eadc726c6585e
TypeSources SoughtNAICS 611512PSCU099DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateCAPostedJan 30, 2026, 12:00 AM UTCDueFeb 07, 2026, 01:00 AM UTCExpired

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Feb 07, 2026. Industry: NAICS 611512 • PSC U099.

Market snapshot

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

12-month awarded value
$84,784,861
Sector total $108,385,036 • Share 78.2%
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.
78.2%
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 CA
Live POP
Place of performance
California • 93524 United States
State: CA
Contracting office
Edwards Afb, CA • 93524-1185 USA

Point of Contact

Name
Brianna Vicsotka
Email
brianna.vicsotka.1@us.af.mil
Phone
6612773056
Name
Carlos A. Barrera
Email
carlos.barrera.8@us.af.mil
Phone
6612778438

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE TEST CENTER • FA9304 AFTC PZZ
Contracting Office Address
Edwards Afb, CA
93524-1185 USA

More in NAICS 611512

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:

  1. Business size (Large or Small)
  2. Cage Code/Duns
  3. A list of any contracts or agreements similar in nature including:
    1. Program/ project name
    2. Contract number or other identifiers
    3. Administering office/address
    4. 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:

  1. Contract Specialist- Brianna Vicsotka, AFTC PZZD, brianna.vicsotka.1@us.af.mil
  2. Contracting Officer-Carlos Barrera, AFTC/PZZD, carlos.barrera.8@us.af.mil  

Please see the attached Performance Work Statement (PWS) for more details.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.