Opportunity

SAM #260310163337

USAF Test Pilot School seeks Piaggio P-180 AVANTI aircraft and flight support for student and staff evaluation flights under a one-year BPA.

Buyer

AFTC

Posted

March 23, 2026

Respond By

April 05, 2026

Identifier

260310163337

NAICS

532411, 611512, 481211

The U.S. Air Force Test Pilot School (TPS), part of the Air Force Test Center (AFTC) under the Air Force Materiel Command, is seeking vendors capable of providing Piaggio P-180 AVANTI aircraft and associated flight support services. - One-year Blanket Purchase Agreement (BPA) to support staff and qualitative evaluation flights for approximately 48 students per year - Each student will fly the Piaggio P-180 AVANTI with a vendor safety pilot at alternate controls - Flight operations based at Edwards Air Force Base (AFB), California, or local airfields such as Mojave Spaceport - Requirements include: - Sufficient sorties for two classes per year - Limited staff flights - Ferrying aircraft to the operating location - Ground support (crew chief and maintenance) - Pre-flight training - Instructor/safety pilots - Required briefings - OEM highlighted: Piaggio (P-180 AVANTI model) - Period of performance: one year - NAICS code: 611512 - SAM.gov registration required - No specific purchase quantities or part numbers provided for the aircraft or services

Description

This is a Sources Sought Synopsis and Request for Information (RFI) announcement to afford industry an opportunity to provide information regarding their capabilities to provide commercial items and services. This is not a Request for Quotation (RFQ) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the U.S. Government to form a binding contract. 

USAF Test Pilot School is looking to award a one-year Blanket Purchase Agreement (BPA) to vendors who can provide Piaggio P-180 AVANTI aircraft to support staff evaluation and qualitative evaluation flights.

Requirements:

1. Test Pilot School (TPS) is requesting sufficient sorties to support two classes per year, which equates to about 48 students. Each student shall have the opportunity to fly the aircraft from either left or right seat position (depending on students’ background) with vendor safety pilot at alternate controls at all times. Length of sorties will depend on number of students and profile flown. For example, it is estimated that 6 – 8 students onboard will require a 3 – 4 hour sortie. This approximates to 30 minutes per student at the controls. 2. A limited number of staff flights are also required, in conjunction with student flights. 3. Flight operations will occur from Edwards AFB, CA (KEDW) or local airfield such as Mojave Spaceport. CA (KMHV). For aircrafts based outside local area, aircraft shall be ferried to the designated operating location. It estimated that two (2) ferries per year is required. 5. Flight support from the vendor will include aircraft flights, ground support (i.e. crew chief and maintenance), pre-flight training, instructor/safety pilots, and required briefings. 6. TPS will provide fuel (or reimbursement) as required to perform required flights. Hangar space and other ground support/equipment will be provided upon mutual agreement between TPS and vendor. 7. The Period of Performance for this is one (1) year from award.

The AFTC anticipates awarding a contract under the associated North American Industry Classification System (NAICS) code 611512 with a standard size of $34,000,000 dollars and a Product Service Code (PSC) of U099. A BPA contract lasting one (1) year will be contemplated. System for Award Management (SAM.gov) registration is mandatory for this contract (see SAM.gov website at (https://sam.gov/content/home). Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition strategy. If sufficient responsible and capable sources are identified, a formal RFQ will be posted on SAM.gov.

Interested parties are requested to furnish a capability statement detailing their capabilities to provide these services, including highlights of experience on similar government or commercial contracts/ agreements. In addition, please indicate the following:

1. Business size (Large or Small) 2. Cage Code/Duns 3. A list of any contracts or agreements similar in nature including: 1. Program/ project name 2. Contract number or other identifiers 3. Administering office/address 4. Point of contact with the current telephone number/ Email Address

The AFTC will not pay for information or comments provided and will not recognize any cost associated with submission of comments. Please provide your response in Microsoft Word or a Microsoft Word compatible format. Submissions should be to the point and no more than 10 double space pages. Responses shall not be proprietary and will be unclassified.

Interested vendors should submit responses no later than 5 April 2026 by 16:00pm Pacific Daylight Time (PDT). Small Business sources responding above. Replies to this RFI should be sent via email to: Contracting Officer-Carlos Barrera, AFTC/PZZD, carlos.barrera.8@us.af.mil

View original listing