This is a Combined Synopsis and Solicitation announcement for the United States Test Pilot School (TPS) seeking a single-year purchase order for the Jetpack Sorties requirement. This requirement is set as a full and open competion solicitation, in accordance with FAR 6.102(d)(2)(i).
Each vendor must meet the following description of the Jet Suit Sorties requirement:
- The requirement will include up to 125 flights (individual pilot uses) per year. Each person flying will receive classroom instruction and several flights (estimated 2-3) in the jet suit.
- The vendor shall provide and instruct all Test Pilot School students and staff on the safe operations and use of the jet pack equipment.
- Support will include the following:
- Jet Pack Flights
- Fuel
- Pre-Flight Training
- Instructors
- Ground safety Staff
- Required briefings
Please see attached Statement of Requirement for further details. Interested parties must be able to meet the following requirements:
(i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR 6.102(d)(2)(i), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued.
(ii) Solicitation Number: PZZDTPS250612**Please provide the full solicitation number on all packages**
Interested parties who believe they can meet all the requirements for the products described in this synopsis are invited to submit, in writing, a complete quote.
Offerors may utilize the attached Statement of Requirement to complete quote information in addition to a separate quote (in PDF format); ensuring the quote contains information and pricing for this requirement, up to including installation and delivery costs.
Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.
This solicitation is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-04, DFARS Change 01/17/2025 and DAFAC 2025-0117.
(iv) The North American Industry Classification System (NAICS) number for this acquisition is 611512 “Flight Training” with a size standard of $34,000,000.
(v) Delivery and Period of Performance: Delivery and the Period of Performance are estimated for 12 months after date of award with an estimated award date of 30 June 2025.
(vi) The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/.
Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included:
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
1. SAM UEI:
2. TIN Number:
3. CAGE Code:
4. Contractor Name:
5. Payment Terms (NET 30) or Discount:
6. Point of Contact Name and Phone Number:
7. Email address:
8. Warranty:
9. Date Offer Expires:
10. FOB Destination:
11. Estimated Delivery Lead Time:
12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications—Commercial Products and Commercial Services (Feb 2024) – or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov
(vii) The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this acquisition.
***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***
The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactors: (1) Ability to provide the requested products. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors:
1. Price
2. Technically Acceptability
The Government will award a delivery order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on LTPA.
(viii) Offerors shall include completed copies of applicable provisions, which are included in the SF1449. Offers will be considered incomplete if these are not included with the quote.
(iv) The clause at FAR 52.212-4, Contract Terms and Conditions— Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
(x) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Jan), applies to this acquisition.
(xi) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment.
Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/
(xii) Defense Priorities and Allocation System (DPAS): N/A
(xiii) Quote Submission Information:
It is the government’s intent to award without discussions. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.
Offers are due by 26 June 2025 at 16:00 PM, Pacific Daylight Time (PDT).
Offers must be sent via email to both Cole Staron (Cole.Staron@us.af.mil) AND Brianna Vicsotka (brianna.vicsotka.1@us.af.mil). No late submissions will be accepted.
(xiv) For additional information regarding this solicitation contact:
Primary Point of Contact:
Contract Specialist / Cole Staron
Contract Officer / Brianna Vicsotka
QUESTION PERIOD: The period for questions regarding this RFQ will end at 16:00 PM PDT on 26 June 2025. Please send all questions to the buyer via email at cole.staron@us.af.mil. Phone inquiries are not available currently. All questions and answers will be posted to this RFQ.