Opportunity

SAM #M00681260001

USMC seeks Foreign Adversary Air Support Services for MAWTS-1 at MCAS Yuma

Buyer

Commanding General, MCIWEST

Posted

April 14, 2026

Respond By

May 01, 2026

Identifier

M00681260001

NAICS

611512, 481211

The United States Marine Corps (USMC), through Marine Aviation Weapons and Tactics Squadron One (MAWTS-1) at Marine Corps Air Station (MCAS) Yuma, Arizona, is seeking contractor support for advanced adversary air training services. - Government Buyer: - United States Marine Corps (USMC) - Marine Aviation Weapons and Tactics Squadron One (MAWTS-1) - Marine Corps Air Station Yuma - Required Aircraft and Services: - Rotary-wing adversary aircraft: Mi-24 HIND, Mi-17 HIP, or comparable foreign attack helicopters - Up to 50 flight hours per semi-annual Weapons and Tactics Instructor (WTI) course - Fixed-wing adversary aircraft: L-39, SU-25, or comparable foreign platforms (optional) - Up to 12 flight hours per semi-annual WTI course - Surrogate unmanned aerial system (UAS) adversary support: Light civil aircraft simulating a one-way attack drone (similar to Shahed 136, optional) - Up to 15 flight hours per semi-annual WTI course - Scope of Services: - Contractors must provide all aircraft, qualified pilots, maintenance, logistics, mission planning, academic instruction, mission briefings and debriefings, and adversary weapons systems training - Pilots must have SECRET security clearance, FAA authorization, and at least 2,000 flight hours or advanced military weapons school graduation - Unique Requirements: - Aircraft must be foreign-made or comparable to specified adversary platforms - All services must support bi-annual WTI courses at MCAS Yuma and the Yuma Range Complex - No specific OEMs or vendors are named; only foreign aircraft types and platforms are referenced - Period of performance is a 12-month base year with four one-year option periods

Description

Sources Sought Synopsis: Adversary Air Support Services

Introduction

The United States Marine Corps is issuing this sources sought synopsis as a means of conducting market research to identify parties with the resources and capabilities to provide comprehensive adversary aircraft and support services. This requirement is in support of the Marine Aviation Weapons and Tactics Squadron One (MAWTS-1) located at Marine Corps Air Station (MCAS) Yuma, Arizona, for its semi-annual Weapons and Tactics Instructor (WTI) course.

Background

MAWTS-1 is the premiere advanced aviation training school for the Marine Corps. Its primary mission is to provide advanced tactical training to Marine Corps aviators through the WTI course. A critical component of this training is the use of a realistic Adversary Force (ADFOR) to simulate threat aircraft and tactics, providing a challenging and realistic training environment for students. The objective of this effort is to contract for aircraft, systems, and qualified personnel to simulate this realistic ADFOR.

Scope of Requirements

The Government is seeking contractors capable of providing all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items necessary to perform adversary air support services as defined in the Performance Work Statement. Key requirements include:

Rotary-Wing Adversary Support:

<ul>
    <li>Provide a dissimilar rotary-wing aggressor aircraft, such as a Mi-24 HIND, Mi-17 HIP, or another foreign attack helicopter with comparable performance.</li>
    <li>Aircraft must be capable of using tracking pods compatible with the Tactical Air Combat Systems range at MCAS Yuma.</li>
    <li>Provide up to&nbsp;50 flight hours&nbsp;per semi-annual WTI course under day Visual Flight Rule (VFR) conditions.</li>
</ul>
</li>
<li><strong>Fixed-Wing Adversary Support (Optional Requirement):</strong>
<ul>
    <li>The contractor must have the capability to provide a fixed-wing aggressor aircraft, such as an L-39, SU-25, or a comparable foreign platform.</li>
    <li>This service is a government-exercised option and is not guaranteed.</li>
    <li>Provide up to&nbsp;12 flight hours&nbsp;per semi-annual WTI course if the option is exercised.</li>
</ul>
</li>
<li><strong>Surrogate Unmanned Aerial System (UAS) Adversary Support (Optional Requirement):</strong>
<ul>
    <li>The contractor must have the capability to provide a light civil aircraft that can replicate a one-way attack drone (similar in form to a Shahed 136).</li>
    <li>This service is a government-exercised option and is not guaranteed.</li>
    <li>Provide up to&nbsp;15 flight hours&nbsp;per semi-annual WTI course if the option is exercised.</li>
</ul>
</li>
<li><strong>Aircrew Qualifications:</strong>
<ul>
    <li>Pilots must hold, at a minimum, a&nbsp;SECRET&nbsp;security clearance.</li>
    <li>Pilots must be FAA-authorized with a current FAA Medical Certificate.</li>
    <li>Pilots must have a minimum of&nbsp;2,000 total flight hours&nbsp;and meet specific Pilot in Command time requirements or be a graduate of an advanced military weapons school (e.g., Marine WTI, Navy Rotary-Wing Weapons School).</li>
</ul>
</li>
<li><strong>General Support:</strong>
<ul>
    <li>Provide all maintenance, logistics, and qualified personnel for the specified aircraft.</li>
    <li>Attend and support bi-annual WTI training courses and planning conferences.</li>
    <li>Provide academic instruction support on adversary aircraft capabilities, limitations, and tactics.</li>
    <li>Comply with all MCAS Yuma base access, security, and flight safety regulations.</li>
</ul>
</li>

Period of Performance

The anticipated period of performance is a 12-month base year with four (4) one-year option periods.

Submission Information

Interested parties who consider themselves qualified to perform the above services are invited to submit a capability statement. The statement should clearly detail the ability to meet the requirements, including information on available aircraft, aircrew qualifications and experience, maintenance and logistics capabilities, and past performance on contracts of similar size and scope.

Disclaimer

This is a sources sought notice for market research purposes only. This is not a Request for Proposal (RFP). This notice does not commit the U.S. Government to contract for any supply or service.

View original listing