T-34/T-6 Aircraft Maintenance and Contractor Logistics Support (CLS)
- INTRODUCTION
The Department of the Navy Program Executive Office - Tactical Air, PEO(T) PMA273 Naval Undergraduate Flight Training Systems, and Chief of Naval Air Training Command (CNATRA) require contractor services, supplies and tasks for the maintenance and logistics support of the United States Navy (USN) T-34 and T-6 aircraft programs.
This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. Additionally, this Sources Sought is being used to gather constructive information from industry to improve the request for proposal (RFP).
T-34 Aircraft - The Contractor performing under this effort shall provide Organizational (O), Intermediate (I), and on-site Depot (D) level maintenance and logistics support including labor, services, real property, equipment and direct and indirect material, except as provided by the Government, required to support and maintain T-34 aircraft and related support equipment. The Government reserves the right to furnish on-site Depot Level support when deemed necessary. The Contractor performing under this effort shall provide the above support for T-34 aircraft at NAS Oceana, NAS Lemoore, NAF El Centro and MCAS Miramar. The Contractor performing under this effort shall repair and overhaul engines, propellers, avionics and related components. All repair and overhaul performed off-site shall be IAW OEM manuals, DoD and Navy directives, and using Federal Aviation Administration (FAA) certified personnel and facilities with proper ratings and certifications applicable to the work being performed.
T-6 Aircraft - The Contractor performing under this effort shall provide O-Level maintenance at NAS Pensacola (NASP), NAS Whiting Field (NASWF) and NASCC. The Contractor performing under this effort shall provide limited Intermediate maintenance including NDI (both on and off aircraft) and tire and wheel buildup at NASCC. The Contractor shall provide I-Level maintenance at NASWF and on-site T-6 D-Level maintenance and logistics support at all sites as directed by the Administrative Contracting Officer (ACO). The Contractor shall operate, inspect, maintain and repair the T-6 aircraft in accordance with NAVAIR publications Interim Operating Supplements (IOS), Service Instructions (SI), and Technical Directives (TD). The Government will provide material and equipment including Special Tools and Special Test Equipment support.
The Government does not own a complete package of data or drawings for the T-34/T-6 aircraft. The Government will make available any T-34/T-6 data and drawings to which the Government has rights, and the Contractor cannot access.
The Contractor performing under this effort should have experience at multiple sites on the following:
- Managing fixed wing aircraft maintenance and launch and recovery operations of manned aircraft with ejection seats.
- Performing Organizational, Intermediate and Depot level maintenance utilizing COMNAVAIRFORINST 4790.2 Naval Aviation Maintenance Program, or Air Force Instruction 21-101 Aircraft and Equipment Maintenance Management, or Army Instruction FM 3-04.500 Army Aviation Maintenance.
- High tempo aircraft operations, which is defined as a minimum of 80 manned aircraft at a single site that produced at least 30,000 flight hours annually.
- Certifying fixed wing aircraft safe for flight.
- Meeting quality and availability aircraft maintenance performance metrics.
- Meeting 80% O-Level efficiency for maintenance of over 40 aircraft.
- Experience with providing daily Ready for Training aircraft targets concurrently at multiple sites with requirements ranging from 17 at the smallest site up to 96 at the largest site for T6 CLS.
- Experience managing maintenance workforce across multiple sites with over 300 personnel per site.
The Contractor performing under this effort should also be capable of providing the following support:
- Support Equipment Maintenance
- Status Reporting
- Quality Assurance Program
- Other Support Services
- Management Information Systems
- Property Management Systems
- Unique Identification (UID)
- Obsolescence Management
- Hazardous Material
- Safety Program
- Financial Management
- Technical Library and Publications
- Administrative Supplies
- Contractor Training and Qualification
- Engineering Services
T-34/T-6 CLS is a follow-on requirement. The current contract information can be found in paragraph 3.0a below.
The Government may hold a specific Industry Day for this requirement at a future date and time that has yet to be determined. More information will be released once additional details are known and able to be shared with Indust
The Draft Performance Work Statement (PWS) is attached to this Sources Sought Notice. References to CDRLs, CLINs, and Attachments are placeholders only. These documents are not and will not be provided with this Sources Sought Notice.
The following dates are anticipated time frames associated with this requirement:
- Estimated Draft RFP Release: FEB 2026
- Estimated Final RFP Release: APRIL 2026
- Estimated Award Date: JAN 2027
- Period of Performance/Ordering Period: 01-APR-2027 – 31-MAR-2032
Primary Work Location/Place of Performance: Location of performance will primarily include Naval Air Station (NAS) Corpus Christi, TX; NAS Pensacola, FL; NAS Whiting Field, FL; and various satellite sites which include, but are not limited to NAS Oceana, VA; MCAS Miramar, CA; NAS Lemoore, CA; and Naval Air Field (NAF) El Centro, CA.
2. DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY.
3. ANTICIPATED CONTRACT TYPE
The Government is anticipating this follow-on contract to be a single-award indefinite-delivery, indefinite quantity (IDIQ) contract with Firm Fixed Price (FFP), Labor Hour (LH), and Cost Plus Fixed Fee (CPFF) Contract Line-Item Numbers (CLIN) for Labor and Cost Reimbursable CLINs for associated Other Direct Costs (ODC), like Materials.
The current contract information is as follows:
- Current Contractor: AMENTUM SERVICES, INC.
- Current Contract Number: N6134019D1006 - N6134020F0040
- Current Contract Type: Firm Fixed Price (FFP), Labor Hour (LH), and Cost Plus Fixed Fee (CPFF) Contract Line-Item Numbers (CLIN) for Labor and Cost Reimbursable CLINs for associated Other Direct Costs (ODC), like Materials. Previous Set-Aside Designation: Unrestricted under Contractor Maintenance, Modification, Aircrew, and Related Services (CMMARS)
- There have been no significant scope changes from the current contract.
4. ELIGIBILITY
The Government is considering the following North American Industry Classification (NAICS) codes for this requirement: 488190, Other Support Activities for Air Transportation, with a small business size standard of $40M. The contemplated Federal Product and Service Code (PSC) is J015 (Maintenance, Repair, and Rebuilding of Equipment - Aircraft and Airframe Structural Components).
Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Please read the full text of the clause deviation (52.219-14 Class Deviation 2021-O0008 dated 02/15/2023 at https://www.acq.osd.mil/dpap/dars/class_deviations.html).
To assist in our market research and determination of any applicable small business set-aside 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 and CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their size status under the NAICS 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.
5. SUBMISSION REQUIREMENTS
Interested businesses shall submit a brief capabilities statement package demonstrating the ability to perform the services covered under the required capabilities, acceptable in either MS Word or PDF format.
All responses shall include Sources Sought Notice name, Company Name, Unique Entity Identifier (UIE) number, Company Address, Company website, Company Business Size and list of NAICS code(s) under which goods and services are provided, and Points of Contact (POC), including names, phone numbers, and email addresses.
Additionally, interested parties should address the following questions in their responses:
- What type of work has your company performed in the past within the last five years in support of the same or similar requirement?
- Has your company managed a task of this nature within the last five years? If so, please provide details.
- Has your company managed a team of subcontractors before? If so, provide details.
- Provide details on your intended management approach for meeting the requirements of a contract of this scope/complexity/magnitude.
- How you will staff this effort with qualified personnel?
- A description of your team with roles and responsibilities.
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.
Any information or materials provided in response to this Sources Sought Notice will not be returned. 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 this Sources Sought Notice. No classified information shall be submitted in response to this Sources Sought.
The capability statement package submissions must be received no later than 5:00 PM Eastern Standard Time on 10 September 2025. Submissions shall be electronically submitted via email to the Contract Specialist, Ms. Casey Bacon at casey.a.bacon.civ@us.navy.mil with copies to the Contracting Officer, Ms. Kathleen Dougherty at kathleen.c.dougherty.civ@us.navy.mil. Please keep submissions to 15 pages or less. Companies are reminded that file sizes in excess of 5MB or .zip extension may be stripped from email submissions.
The Government is under no obligation to consider information received after the required due date as part of the formal market research for this acquisition.
All questions regarding this Sources Sought Notice must be submitted via email to Ms. Casey Bacon at casey.a.bacon.civ@us.navy.mil with copies to the Contracting Officer, Ms. Kathleen Dougherty at kathleen.c.dougherty.civ@us.navy.mil.