Air National Guard Air Combat Training System Services (ACTS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Guard Bureau (NGB) is conducting market research through a Sources Sought notice to identify qualified sources for Air Combat Training System (ACTS) Services for the Air National Guard. This effort seeks to determine the availability of vendors, particularly small businesses, capable of providing comprehensive operations and maintenance support for the ACTS program across various ANG locations. Responses are due May 15, 2026.
Scope of Work
The ACTS program supports aircrew and warfighter training by enhancing mission preparation, execution, and post-mission debriefing. Services include the integration and support of Data Link Systems and Electronic Warfare Threat Simulator Systems. The system utilizes aircraft instrumentation, integrated data feeds, range systems, and ground infrastructure to track participants and record data for post-event reconstruction.
The Performance Work Statement (PWS) outlines requirements for contractor services to implement the ACTS Operations and Maintenance (O&M) program. This includes support for Government Furnished Property (GFP) and non-GFP items, covering airborne, ground, communication, network, and integration systems, specifically utilizing P5 Combat Training System (P5CTS) components.
Place of Performance
Performance will occur at four ANG Combat Readiness Training Centers, ten ANG Air Gunnery Ranges, and 24 ANG Fighter Wing locations. The CRTCs will serve as hubs. Employees performing work must possess a Secret security clearance.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Duration: 12-month base period and four 12-month option periods (per draft PWS)
- Set-Aside: None specified; market research will determine potential small business set-aside.
- Response Due: May 15, 2026, 3:30 PM ET
- Published: April 29, 2026
Evaluation
This is not a formal solicitation. Responses will be used to gain knowledge of potential qualified sources, develop additional market understanding, and determine if a small business set-aside is appropriate for a future solicitation.
Additional Notes
Interested parties are encouraged to submit industry comments and/or suggested changes to the draft PWS. Capability packages, not exceeding 5 pages, should address technical understanding, key personnel experience, past performance in ACTS services, ability to recruit/retain staff, potential teaming arrangements, risks, recommended contract strategy, and PWS questions/comments. All information is submitted at no cost to the Government. Lack of SAM registration will make an offeror ineligible for future contract award. The draft PWS is subject to change.