Opportunity
SAM #A058285
Engineering Support Services for VISTA X-62A and F-16 Aircraft at USAF Test Pilot School
Buyer
AFTC
Posted
April 24, 2026
Respond By
May 13, 2026
Identifier
A058285
NAICS
541715, 541330, 541690
The Air Force Test Center at Edwards Air Force Base is seeking qualified vendors to provide engineering support services for the Variable Stability In-Flight Simulator and Test Aircraft (VISTA) X-62A and the F-16 support fleet for the USAF Test Pilot School. - Government Buyer: - United States Air Force, Air Force Test Center (AFTC), USAF Test Pilot School - Contracting office: FA9304 AFTC PZZ, Edwards Air Force Base, California - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Engineering support for VISTA X-62A and F-16 aircraft - Flight controls, avionics, structural components, software, configuration management, cyber security - Documentation support - Review and maintenance of Time Compliance Technical Orders (TCTOs), checklist changes - Logistical support - Acquisition and repair of non-standard parts for F-16s and VISTA - Aircraft Structural Integrity Programs (ASIP) support - Force management, data surveys, maintenance records - Special projects - Curriculum development, flight test investigations, systems and sensor integration, photographic support - Instrumentation support for TPS curriculum and projects - Project management and reporting - Technical and management work plans, monthly status reports, program reviews - Unique/Notable Requirements: - Support for non-standard parts and specialized engineering for unique TPS fleet aircraft - Cyber security and software integration for mission systems - Special projects related to flight test investigations and curriculum development - Cost-Plus-Fixed-Fee IDIQ contract structure with task orders - NAICS code: 541715 (Research and Development in the Physical, Engineering, and Life Sciences, except Nanotechnology and Biotechnology) - Vendors must demonstrate technical capability and experience in similar engineering support for military aircraft.
Description
This is a presolicitation notice; this is not a solicitation for a Request for Proposal, Invitation to Bid, or a commitment, implied or otherwise, that AFTC/PZZD will take procurement action in the matter. No reimbursement will be made for any costs associated with providing information in response to this posting or any follow-up information requests.
The purpose of this notification is to gather information of other potentially qualified sources and their size classifications (small business, large business, etc.) please do not request a copy of a solicitation, as one does not exist.
The applicable NAICS is 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), with a size standard of 1,000 Employees.
The following is a brief description of the acquisition requirements:
1. Variable Stability In-Flight Simulator and Test Aircraft (VISTA) Airframe FY27-FY32: The Contractor will provide engineering support for the United States Air Force Test Pilot School (USAF TPS), located at Edwards Air Force Base, California. This support shall be available to all curriculum development at TPS including student Test Management Projects (TMPs), TPS Staff Projects, and TPS Special Projects (See Section 1.7 of the Performance Work Statement). This includes support to the TPS fleet aircraft such as the VISTA USAF S/N 86-0048, USAF F-16s, and any other vehicle identified to support the TPS mission. Contractor will perform work under individual task orders issued under the VISTA Airframe Support IDIQ FY23-FY27. Additional support requirements include: Basic F-16 Engineering Support, Documentation, Special Projects, and Logistical Support.
There are no solicitation documents; however, any vendors that believes they can meet the requirements described should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government’s requirement. The response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warranty Provisions, Delivery Information, etc.).
All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement.
Responses must be received no later than (NLT) 5:00 p.m., Pacific Time, 12 May 2026. Responses should be submitted via email to: Contract Specialist, Justin Fobel (AFTC/PZZD), E-mail: justin.fobel@us.af.mil, and Contracting Officer, Jenny L. Meadlin (AFTC/PZZD), Email: jenny.meadlin@us.af.mil.