Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2026 SAM #8860
MODIFICATION

69 -- Pre-Solicitation Notice and Draft RFP for U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 combat Training System (P6CTS)

Notice Date
2/26/2026 9:53:16 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
n6134026r1008
 
Response Due
3/12/2026 2:00:00 PM
 
Archive Date
03/27/2026
 
Point of Contact
Kurt Susnis, Phone: 4073804243, Andrea Gordon-Eubanks
 
E-Mail Address
kurt.a.susnis.civ@us.navy.mil, andrea.l.gordoneubanks.civ@us.navy.mil
(kurt.a.susnis.civ@us.navy.mil, andrea.l.gordoneubanks.civ@us.navy.mil)
 
Description
The subject effort is for the procurement of required supplies and services to support the U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS) requirements. The TCTS II and USAF P6CTS are equivalent, and hereinafter also referred to as TCTS II. The Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, Florida has a requirement to provide range-tethered and untethered air combat training with secure air-to-air and air-to-ground data link for the USN and USAF. TCTS II includes the Airborne Subsystem (AS), the Ground Subsystem (GS), the Remote Range Unit (RRU) Subsystem, and the Portable Support Equipment Subsystem (PSES). TCTS II provides encryption, an enhanced threat environment, and platform interfaces, with applications for several Type Model Series (T/M/S) aircraft. TCTS II operates on a fixed range with live monitoring and portable configurations and provides autonomous, rangeless tactical training and is interoperable with existing range infrastructure, TCTS I and TCTS II variants. This presolicitation notice and draft RFP is published for informational purposes only prior to the issuance of the RFP. This solicitation will have the following prerequisites to participate: Offeror�s Cross Domain Solutions must be on the Cross Domain Solution Management Office (NCDSMO) List for Raise the Bar (RtB) 1.2 or higher. Offeror�s must provide a signed letter from the National Security Agency (NSA) identifying the End-item Cryptographic Unit (ECU) that it plans to integrate is certified to protect collateral Secret, or above data. Only those vendors who have successfully completed the attached DD Form 2345, Military Critical Technical Data Agreement and received Government approval are eligible to receive the technical documents associated with this draft RFP. Comprehensive details pertaining to this procurement will be provided within the solicitation document upon its official release. A technical library will be established to provide access to relevant documents, including future instructions regarding access procedures. The technical library access request form (DD 2345) is located within the attachments section of this solicitation for early vetting of the technical library. This notice is solely for informational purposes and does not constitute a RFP. The Government makes no commitment, express or implied, to issue a solicitation, award a contract, or assume responsibility for any costs or expenses incurred by interested parties in anticipation of a contract award for the effort described herein. The anticipated formal solicitation release date is second quarter of Fiscal Year 2026 (Q2 FY26). The anticipated contract award date is fourth quarter Fiscal Year 2026 (Q4 FY26). The Government anticipates posting responses to industry feedback on prior draft document postings received as of 25 February 2026 within the next 2 weeks. Feedback to the Draft RFP is requested utilizing the attached Sample Feedback request form by 1700 est. Thursday 12 March 2026.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/da28831e42904c3a80810b8dbb0b8bce/view)
 
Place of Performance
Address: Orlando, FL, USA
Country: USA
 
Record
SN07727808-F 20260228/260226230034 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.