Aviation Structural Mechanic A-School Fixed-Wing Flight Surface Control Trainer (ASMF)
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 Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), has issued a Combined Synopsis/Solicitation (RFQ) for the fabrication of 153 Government-designed mechanical parts and assemblies for the Aviation Structural Mechanic A-School Fixed-Wing Flight Surface Control Trainer (ASMF). This opportunity is a Total Small Business Set-Aside. Quotes are due by March 26, 2026, at 3:00 PM EST.
Scope of Work
This solicitation requires the fabrication of 153 specific ASMF mechanical parts and assemblies, as detailed in the ASM-F Build List 021826 and defined by the ASM-F Tech Data Package (TDP) 021826. The TDP includes 3D CAD models and drawings, which are Distribution Statement D and CUI Category Controlled Technical Information (CTI), available upon request via secure transmittal (e.g., DoD SAFE). Offerors must meet all item specifications and ensure their Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) Assessment is on record in the Supplier Performance Risk System (SPRS) and maintained. The contractor must also provide DoD unique identification for parts per DFARS 252.211-7003.
Contract Details
This is a Firm Fixed-Price (FFP) Commercial Off-the-Shelf (COTS) purchase order. Delivery is required within 6 weeks after contract award, with inspection and acceptance occurring at the Naval Air Warfare Center Training Systems Division in Orlando, FL.
Submission & Evaluation
Quotes are due no later than March 26, 2026, at 1500 Eastern Standard Time. Award will be made to a responsible offeror based on a trade-off between Past Performance and Price, considering technically acceptable proposals. Past Performance is considered more important than Price. Technical acceptability requires meeting all item specifications, CMMC Level 2 (Self) requirements, and the specified delivery date. Offerors must submit information for two similar procurements to NAWCTSD within the last three years, including effort description, value, Government POC, and dates. Proposals should be logical, clear, and detailed, including any assumptions, exceptions, or deviations.
Eligibility & Set-Aside
This acquisition is a 100% Small Business Set-Aside. Offerors must be registered in SAM with the correct NAICS code 332710 (Machine Shops), which has a size standard of 500 employees, at the time of quotation receipt.
Additional Notes
The solicitation incorporates various FAR clauses by reference. For TDP files or questions, contact Julide Alonso at julide.n.alonso.civ@us.navy.mil or 407-380-4261. Ensure SAM registration is active, as processing can take several days.