SOURCES SOUGHT
99 -- Special Warfare Training Wing (SWTW) Rotary Wing Airlift Support
- Notice Date
- 3/23/2026 11:31:59 AM
- Notice Type
- Sources Sought
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- FA3002 338 ESS CC JBSA RANDOLPH TX 78150-4300 USA
- ZIP Code
- 78150-4300
- Solicitation Number
- FA3002SWTWRotaryWing
- Response Due
- 3/31/2026 10:00:00 AM
- Archive Date
- 04/15/2026
- Point of Contact
- Kevin Harris
- E-Mail Address
-
kevin.harris.58@us.af.mil
(kevin.harris.58@us.af.mil)
- Description
- REQUEST FOR INFORMATION SPECIAL WARFARE TRAINING WING ROTARY WING AIRLIFT SUPPORT 17 March 2026 1.0 Description 1.1 The Special Warfare Training Wing (SWTW) is seeking information on how interested contractors would provide services necessary to conduct aircraft lift support to the Special Warfare Air Force Sustainment Center�s (AFSC) Career Field Education and Training Plan (CFETP) schoolhouses. The purpose is to ensure that all required Pararescue Jumpers (PJ) / Combat Controller Specialist (CCT) / Combat Rescue Officer (CRO) / Special Tactics Officers (STO) candidates receive required air support. In both day and night, land and water, this training supports: Static Line (SL) Military Free Fall (MFF) Helocast Fast Rope Insertion/Extraction System (FRIES) / Special Patrol Insertion/Extraction System (SPIES) Overwater Operations Hoist Operations Medevac Training Mission Planning Real-world support to medical emergencies (life, limb, eyesight, or urgent transport during training iterations) All of these support services serve as instruction to complete the curriculum requirements provided in the CFETP. 1.2 An effective solution must provide all services necessary to conduct aircraft lift support as mentioned in Section 1.1 and also in the attached Draft PWS for Rotary Wing. Additionally, the contractor shall provide all services necessary to conduct aircraft lift support for AETC assigned SW instructors to meet parachuting and aircrew related training/proficiency requirements. The aircraft shall be provided to the Government fully configured for the scheduled operations. All hardware connected to the aircraft will be Contractor-configured and provided to the activity supported. 1.3 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not seeking proposals at this time and will not accept unsolicited proposals. Respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. 2.0 Background Current DoD military training air support does not have the capacity to support DoD, AETC training requirements. Additionally, military air support is tasked with operational requirements that prevent consistent access to training assets. This makes it increasingly difficult to schedule and plan training with local assets that have higher operational priorities resulting in the inability to meet training requirements. 2.1 Limitations: Vendor must be able to travel and meet the deliverables as set forth in the Performance Work Statement (PWS). 2.2 Security Requirements: There are no classified information requirements. 3.0 Purpose This effort focuses on the technical solution to conduct airlift support for Rotary Wing Aircraft IAW the attached Draft PWS (Rotary Wing). 4.0 Response Format 4.1 Please provide answers for each of the following questions, utilizing the existing numbering scheme for each response and limiting your total response for this RFI to no more than four (4) pages. All interested parties are invited to provide the following information: Company Name, Commercial and Government Entity (CAGE) Code and Unique Entity ID (UEI) Number. Point of Contact (to include phone and email). Website URL, if applicable. State if your company is SAM registered under NAICS code 611512. State whether your firm is large, small business, small disadvantaged business (SDB), 8(a)-certified small business, historically underutilized business zone (HUBZone) small business, veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), woman-owned small business (WOSB) based upon the for North American Industry Classification System (NAICS) code 611512. Can your company meet all the description of supplies/services task described in the attached draft performance work statements (PWS)? What specific experience does your company have that would be applicable to the requirements stated in the draft PWS? Detail your approach to maintaining and supporting aircraft lift support. Describe your previous experience providing rotary-wing support services. Include the contract number and contracting agency and provide a POC at that agency if possible. How would your company transition from the current contractor to ensure no interruption in services? Please address the transfer of knowledge, data, and systems. What if any risk or unknowns would hinder your ability to meet the requirement? Should the Government consider a different NAICS for this requirement? If your company is on a GSA schedule, please provide your contract number, labor categories, and rates that are applicable to the scope of work described in the draft PWS. Do you see an innovative solution to providing rotary-wing support? Aircraft Fleet and Configuration: Please provide a comprehensive list of the specific aircraft (including make, model, and year) you propose to use for the rotary-wing requirements. Describe how your proposed fleet meets the specific airframe and configuration requirements detailed in the PWS, including FRIES/SPIES capability, hoist, and litter configurations. Aircraft Certification and Compliance: What is the current certification status of your proposed aircraft fleet? Are your aircraft and crew certified for overwater and NVG operations IAW FAA and/or DoD regulations? Personnel Qualifications and Specialized Experience: Describe your methodology for recruiting, training, and retaining personnel who meet the specific qualifications in the PWS. How do you ensure your pilots and aircrew possess demonstrated experience with the following military-specific operations: Helocast, FRIES/SPIES, hoist, static line, and MFF operations? Logistics for Geographically Dispersed Operations: Describe your logistical framework for managing and executing simultaneous flight operations at the geographically separated primary locations identified in the PWS (e.g., North Carolina, Florida, Arizona). How will you manage crew scheduling, maintenance, and aircraft positioning to ensure consistent and reliable support across all required locations? Maintenance and Aircraft Availability: The PWS requires providing a replacement aircraft within 36 hours in case of a maintenance issue. Please detail your specific plan to meet this requirement. Your plan should address the basing locations for replacement aircraft, your maintenance philosophy for maximizing availability, and the logistics of deploying a replacement aircraft and crew to any of the operating locations within the 36-hour timeframe. Surge and Scalability Plan: The PWS indicates a potential for significant student load variations. Describe your company's capacity and plan to scale your operations to accommodate both long-term surges and short-term fluctuations in student numbers. How would this affect your proposed fleet, personnel, and maintenance plans? 4.2. The Government reserves the right to decide whether or not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude. 4.3 All interested firms that possess the capabilities and capacities addressed herein are encouraged to respond to the notice by providing the information specified above no later than 12:00 PM (CST), on 31 March 26. Information shall be provided via e-mail in either Microsoft Word and/or Microsoft PowerPoint. Forward your responses regarding this RFI to the POCs identified below. 5.0 Industry Discussions SWTW representatives may or may not choose to meet with respondees. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by email to Mr. Kevin Harris at kevin.harris.58@us.af.mil. Verbal questions will NOT be accepted. Questions SHALL NOT contain proprietary or classified information. Answers to questions will be shared with all respondees. The Government does not guarantee that questions received after 31 March 26 @ 1200 CST will be answered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c9cd8c3d683e403889434f614b76648b/view)
- Place of Performance
- Address: San Antonio, TX, USA
- Country: USA
- Country: USA
- Record
- SN07753743-F 20260325/260323230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |