Naval Air Warfare Center Training Systems Division Sources Sought Notice
For
Navy Fielded Training Systems Support VI (FTSS VI)
PURPOSE: The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is issuing this Sources Sought Notice to:
- Gauge the interest, availability, and capabilities of potential offerors to provide comprehensive Fielded Training Systems Support (FTSS) services.
- Gather recommendations and input on potential acquisition strategies for these services.
INTRODUCTION: NAWCTSD seeks potential sources capable of delivering a wide range of complex and non-complex FTSS services for various Navy and non-Navy customers. These services are crucial for supporting diverse training systems deployed globally, addressing a myriad of training requirements including:
- Initial operator and crew training.
- Mission rehearsal training.
- Maintenance training.
The predecessor contract, Fielded Training Systems Support V (FTSS V) Multiple Award Indefinite Delivery / Indefinite Quantity (ID/IQ) Contract, demonstrated the effectiveness of a Multiple Award Contract (MAC) approach. This approach facilitates streamlined, quick-response procurements to meet the long-term FTSS needs of Naval Training and School Commands, as well as other Government training support activities.
SCOPE
Primary FTSS Services
The core of the requirement includes:
- Contractor Operation and Maintenance Services (COMS):
- Contractors will provide all necessary labor, materials, consumables, equipment, tools, and test equipment.
- The objective is to operate and maintain training systems and equipment in a fully operational condition.
- Primarily supports aircrew and maintenance simulators.
- Contractor Instructional Services (CIS):
- Contractors will provide qualified Contract Instructors (CI).
- Services include instruction in support of simulators, training devices, associated classrooms, and/or other training methods.
- The goal is to train users in the knowledge and skills required to support the mission and achieve established learning objectives.
- Supports surface, sub-surface, and aviation customers.
Ancillary FTSS Services
Additional required services include, but are not limited to:
- Training Device Relocations (TDR)
- Training Systems Management (TSM)
- Minor modification support
- Quick Response Modifications (QRM)
- In-Service Engineering (ISE) support
- Other similar FTSS needs.
ANTICIPATED REQUIREMENTS: The anticipated requirements involve approximately 19 known follow-on FTSS task orders. These task orders are cumulatively valued at approximately $2.8 billion over an 8-year support period, comprising a 5-year base ordering period plus three option years (similar to FTSS V).
Furthermore, additional task orders are expected for future, currently unknown, COMS and CIS efforts within the Navy/USMC and Foreign Military Sales (FMS) Training domain.
Note: Known contemplated task order requirements are listed at the end of this document.
PLACES OF PERFORMANCE: Performance is required at Navy and USMC training device locations, in the continental United States (CONUS) and outside the continental United States (OCONUS).
REQUIRED CAPABILITIES: NAWCTSD is seeking companies that have a successful track record in performing simulator COMS & CIS services as a primary core competency with a high degree of customer satisfaction. Interested parties should provide documentation on the following:
CAPABILITIES: Provide a brief company introduction and details on the company/organization. Discuss your management approach in performing FTSS services. Include information on program management, logistics management, risks, personnel, maintenance plans and processes, quality control processes and a summary for how you plan to meet the FTSS requirements. Include your understanding of Cyber Security processes and whether or not your company possesses a Secret or a Top Secret Facility Clearance. Discuss your capacity to take on new COMS/CIS efforts. Additionally, interested parties should list any ground rules and/or assumptions that your company recommends for this effort, i.e. type of contract, etc. If you are a small business, please include your plan for maintaining the 50% performance requirements of FAR 52.219-14 Limitations on Subcontracting to assist in making a set aside determination. If you are a large business 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.
EXPERIENCE: Interested parties should provide details of their experience in the last 5 years performing COMS and CIS work. Please provide up to three of your most relevant efforts, to include the contract number, dollar value, contract type, whether you performed as the prime or subcontractor, period of performance and brief description of work. For NAWCTSD FTSS contracts, interested parties only need to provide the contract number, name of program and period of performance. For non-FTSS NAWCTSD contracts, also include a brief description of the following, as applicable, for each relevant effort:
- Magnitude of the requirement – (size of the workforce for COMS or CIS, number of sites, number of instructional hours);
- Quantities and complexity of simulators and weapons platforms supported;
- Activity level/op-tempo;
- Type of instruction;
- Security requirements (i.e. Facility Clearance requirement for that effort);
- Experience negotiating Collective Bargaining Agreements and SCA Price Adjustments; and
- Degree(s) of risk (performance, schedule, cost).
SIZE STATUS: The applicable NAICS code for this requirement is 541330, Engineering Services (Exception 1 - Military and Aerospace Equipment and Military Weapons), small business size standard of $47M. The Product Service Code (PSC) is J069, Maintenance, Repair, and Rebuilding of Equipment- Training Aids and Devices. Companies must identify their small business size status (i.e., Small Business or Large Business) in accordance with NAICS Code 541330 (Exception 1 - Military and Aerospace Equipment and Military Weapons). Small Businesses must also identify whether the company is an 8(a), Service-Disabled Veteran-Owned SB, HUBZone SB, and/or a Women-Owned SB. This information will be used by the Government to determine any potential set-asides.
ACQUISITION PROCESS IMPROVEMENT: The Government is also seeking comments from Industry on their experiences competing in FTSS and similar efforts, and in performance on awarded tasks within the FTSS contracts, other contracting vehicles, and for other communities and services. This includes Industry’s recommendations for improvement to the current processes for contracting and performance of the overall work scope that has been awarded under FTSS V. Industry is encouraged to address the Government on both the concerns in the currently contracted efforts and its view on the future beyond the FTSS V contracting period.
SOURCES SOUGHT RESPONSES: Your firm’s response to this Sources Sought synopsis should include:
One electronically submitted response shall be received no later than 5:00pm Eastern Time on11 February 2026, and reference: FTSS VI - Sources Sought. Interested businesses should submit a brief capabilities statement package (no more than twenty (20) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the requirements listed above. All responses shall include Company Name, Company Address, Company Business Size, CAGE Code, and Points-of-Contact (POC) including name(s), phone number, and email address.
This sources sought announcement is published for informational purposes only. This is not a solicitation. 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 notice is strictly voluntary. No site visit will be permitted during the period of response to this announcement. Firms responding to this announcement will not be individually notified if the requirement is solicited. Solicitations will occur through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil.. NAWCTSD will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities.
SUBMISSION DETAILS: Interested businesses shall submit responses by email to Mrs. Reagan Gill at reagan.m.gill2.civ@us.navy.mil and copy Mr. Brad Rohman at bradley.w.rohman.civ@us.navy.mil. Please submit all questions by email to the same POCs.
Contracting Office Address and POC:
12211 Science Drive GT22200
Orlando, Florida 32826-3224
Primary Point of Contact:
Reagan Gill
Procurement Contracting Officer, Code GT22000
Naval Air Warfare Center Training Systems Division
Tel: (407) 380-4145
Email: reagan.m.gill2.civ@us.navy.mil.
Secondary Point of Contact:
Brad Rohman
FTSS Program Manager GT33100
Naval Air Warfare Center Training Systems Division
Tel: (407) 380-4233
Email: bradley.w.rohman.civ@us.navy.mil
EXPECTED RECURRENT FTSS REQUIREMENTS:
Known recurring service requirements, categorized by complexity:
FTSS VI Program/Description
Complex efforts
WESTPAC COMS & CIS
USMC ATS COMS & CIS
CISLANT
MARITIME COMS
CNATRA CIS
Surface COMS
Navy Helo COMS & CIS
E-6B ATS COMS & CIS & QRM
F/A-18 COMS & CIS
CNATRA COMS
Submarine CMS
NSS CIS
Non-complex efforts
NASTP COMS
RESFOR COMS
NATTC COMS
Surface FireFighter COMS
DARTS AAAT CIS
E-2D COMS & CIS
ECIS