SPECIAL NOTICE
15 -- Undergraduate Jet Training System (UJTS) Request for Information March 2025
- Notice Date
- 8/29/2025 4:24:58 AM
- Notice Type
- Special Notice
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- 25-0001_UJTS
- Response Due
- 9/15/2025 2:00:00 PM
- Archive Date
- 10/30/2025
- Point of Contact
- Thomas Conrow, Brandon Rider, Phone: 240-561-8205
- E-Mail Address
-
thomas.w.conrow.civ@us.navy.mil, brandon.f.rider.civ@us.navy.mil
(thomas.w.conrow.civ@us.navy.mil, brandon.f.rider.civ@us.navy.mil)
- Description
- 28 August 2025 Update: 1 Description This Release of Information and Request for Information (RFI), Serial Number 25-0001/UJTS, is a continuation of on-going communication in support of the Undergraduate Jet Training System (UJTS) program. For further background, reference should be made to Request for Information postings under 25-0001. 1.1 Undergraduate Jet Training System Overview The UJTS program has two overarching goals: (1) Speed to Initial Operational Capability (IOC) and (2) Quality of Training. The UJTS program is on an accelerated procurement timeline to release a Request for Proposal (RFP) by December 2025 with a projected Contract Award in January 2027. The RFP will be for the Engineering, Manufacturing, and Development (EMD) of the UJTS solution as well as the Procurement of the first lot of Low Rate Initial Production (LRIP) aircraft and limited quantities of ground-based training systems. The Government is releasing Draft solicitation documents as they become available to seek industry input. 1.2 This is a Request for Information Only This market research is for information gathering and/or internal planning purposes only. This RFI does NOT constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quote (RFQ), nor is it a promise to issue an RFP in the future or an indication that the Government will contract for any of the items and/or services contained in this notice. This RFI does not commit the Government to award a contract as a result of this announcement. No solicitation documents exist at this time. Thus, at this time, the Navy is NOT seeking proposals and will NOT accept unsolicited proposals. Respondents are advised that the Government will NOT pay for any information or administrative costs incurred in response to this RFI. 2 Specific Items of Interest References: Draft UJTS Air Vehicle Weapon System Specification (WSS) (CUI) Draft UJTS Ground Based Training Systems WSS (CUI) Draft UJTS EMD Statement of Work (SOW) (CUI) Draft UJTS LRIP Statement of Work (SOW) (CUI) Draft UJTS Interim Contractor Logistics Support (CUI) Draft Section H Clauses (CUI) Draft outline of Sections L&M (CUI) Artificial Intelligence (AI) The Government requests industry to describe how it evaluates its AI solutions and which metrics are used (e.g., prompt/feedback response time, latency). Air Vehicle Weapon System Specification (WSS) Industry Review & Input The Government requests industry input on the revised Draft Air Vehicle WSS, Reference (A). The Government requests that reviewers add information directly in the spreadsheet briefly describing the modifications to any existing designs that would be required to satisfy the requirement. The Government may add, modify, and delete requirements as UJTS capabilities are refined and in response to industry input. GBTS Weapon System Specification (WSS) Industry Review & Input The Government requests industry input on the revised Draft GBTS WSS, Reference (B). The Government requests that reviewers add information directly in the spreadsheet briefly describing the modifications to any existing designs that would be required to satisfy the requirement. The Government may add, modify, and delete requirements as UJTS capabilities are refined and in response to industry input. Draft SOW Industry Review & Input The Government requests industry input on the Draft SOWs, Reference (C), (D), and (E). The Government may add, modify, and delete SOW requirements as the UJTS program is refined and in response to industry input. Any Sections marked RESERVED are still in development. Draft Section H Clauses Industry Review & Input The Government requests industry input on the Draft Section H Clauses Reference (F), which may be modified or deleted prior to solicitation release. Draft Sections L&M Outline Industry Review & Input The Government requests industry input on the Draft Sections L&M outline, Reference (G). Sections L&M will be released with the Draft RFP. NAVAIR Conflict of Interest Clauses Industry is reminded of the following new NAVAIR Clauses, which were presented at the Industry Day Kickoff in April 2025. As required in the clauses, offerors have the responsibly to disclose actual or potential conflicts of interests for the offeror (including subcontractors) OR for any other offeror or potential offeror that they have knowledge of. Compliance with the clause will be reviewed by the PCO and if the determination is made that the offeror has not complied, the offeror may be found to be not responsible and therefore ineligible for award. ************************* KTXT.209-9511 CONFLICT OF INTEREST REPRESENTATION (NAVAIR) (FEB 2025) (a) This solicitation contains conflict of interest disclosure requirements to maintain the integrity of the source selection. (1) Subparts 9.5 and 3.1 of the Federal Acquisition Regulation (FAR) prohibit organizational and personal conflicts of interest in Government procurements and establish the following principle: �Government business shall be conducted in a manner above reproach. . . . The general rule is to avoid strictly any conflict of interest or even the appearance of a conflict of interest in Government contractor relationships.� FAR 3.101-1. (2) Actual or potential conflicts of interest may arise, among other circumstances, when an Offeror has or may have unequal access to nonpublic information relevant to the solicitation or when a current or former Government employee may be negotiating for employment or be employed by an Offeror or any of an Offeror�s subcontractors, partners, or affiliates. Unequal access may occur through communications (e.g., verbal, written, or electronic means) with current or former Government employees or through current or previous contracts that the Offeror or its subcontractors, partners, or affiliates have or had with the Government. (b) Conflicts of Interest Prior to the Receipt of Proposals. Prior to and commensurate with the due date for receipt of proposals, the offeror shall comply as follows. Consistent with FAR Subparts 9.5 and 3.1 and as applicable to this solicitation, if the Offeror identifies for itself (or any of its subcontractors, partners, or affiliates); or has information that any other Offeror/potential Offeror has or may have an actual or potential conflict of interest, the Offeror shall check the appropriate box(es) below and shall include the supplemental information required per paragraph (d) of this text. Otherwise, the Offeror must affirmatively represent that no such actual or potential conflicts of interest are known or should have been known commensurate with the due date for receipt of proposals. [ ] Actual or potential conflicts of interest for the Offeror are being disclosed; and/or [ ] Actual or potential conflicts of interest for another Offeror/potential Offeror are being disclosed; or [ ] There are no actual or potential conflicts of interest to disclose. (c) Conflicts of Interest After the Receipt of Proposals. After the due date for receipt of proposals, the offeror shall comply as follows. Consistent with FAR Subparts 9.5 and 3.1 and as applicable to this solicitation, if the offeror identifies for itself (or any of its subcontractors, partners, or affiliates); or has information that any other Offeror/potential Offeror has or may have an actual or potential conflict of interest , the Offeror shall within 3 business days of conflict identification provide the Contracting Officer an updated representation by checking the appropriate box(es) below and shall include the supplemental information required per paragraph (d) of this text. [ ] Actual or potential conflicts of interest for the Offeror are being disclosed; and/or [ ] Actual or potential conflicts of interest for another Offeror/potential Offeror are being disclosed (d) If the Offeror represents that there are actual or potential conflicts of interest pursuant to either paragraph (b) or paragraph (c), see LTXT.209-9512 for additional requirements. (e) The Offeror�s compliance with the representation requirements of paragraphs (b) and (c) will be reviewed as part of the Contracting Officer�s responsibility determination and will not be considered as part of the evaluation conducted per Section M. If the Contracting Officer determines that the Offeror has not complied with the above representation requirements, then the Offeror may be found to be not responsible and therefore ineligible for award in accordance with the best interests of the Government. LTXT.209-9512 CONFLICT OF INTEREST REQUIREMENTS (NAVAIR) (FEB 2025) (a) Any time the Offeror represents that there is an actual or potential conflict of interest per KTXT.209-9511 either for itself (or any of its subcontractors, partners, or affiliates) or other Offerors or potential Offerors, the Offeror shall submit information detailing the actual or potential conflict. There is no page limitation on this information. (b) Any time the Offeror represents that there is an actual or potential conflict of interest for itself (or any of its subcontractors, partners, or affiliates) per KTXT.209-9511, Conflict of Interest Representation, the Offeror shall also submit a mitigation plan. The mitigation plan shall, at a minimum, identify the conflicted party/parties, provide salient facts, provide an analysis of the actual or potential conflict of interest, and recommend an approach to neutralize, mitigate, or avoid the actual or potential conflict. There is no page limitation on the conflict of interest mitigation plan. (c) The actual or potential conflict of interest and the Offeror�s proposed mitigation plan, if applicable, will be reviewed as part of the Contracting Officer�s responsibility determination and will not be considered as part of the evaluation conducted per Section M. If the Contracting Officer determines that the conflict of interest cannot be neutralized, mitigated, or avoided such that the integrity of the procurement is maintained, then the conflicted Offeror may be deemed ineligible for award. (d) The Offeror�s mitigation plan may be submitted at any time prior to the due date for receipt of proposals and, if not provided in advance, shall be submitted no later than the due date for receipt of proposals. If the Offeror provides an updated KTXT.209-9511 representation after the due date for receipt of proposals, the Offeror�s mitigation plan shall be submitted concurrently with the submission of the updated representation. Draft Solicitation Reference Documents The following documents are available as a consolidated Reference Documents zip file upon request to the PCO and Contract Specialist identified in the Respondent Instructions paragraph of this RFI. Public Release Documents: ADS-B Out Functional Requirements Document ASD-S1000D COMNAVFORINST 4790.2E NAVAIR 00-25-403 NAVAIR 00-25-406 NAVAIR 01-1B-50 NAVAIRHQ 13600.1A NAVAIRHQ 4200.56 NAVAIRHQ 4355.19E NAVAIRINST 13050.7 NAVAIRINST 2400.1B NAVAIRINST 3080.1 NAVAIRINST 3710.9F NAVAIRINST 3905.1A NAVAIRINST 3960.2E NAVAIRINST 3960.4D NAVAIARINST 5100.3H NAVAIRINST 5720.10A NAVAIR Standard Interactive Electronic Technical Manual Viewer V3.2.14 NAVAIR Aviation Hazardous Materials List (AHML) BUMEDINST 6270.8C NAVAIRHQ M-3700.4A NAVAIRINST 13700.15G CH-1 S0300-BU-GYD-010 2025-005 UJTS Lighting Requirements NAVAIR 17-35NCE-1 (calibration doc) NAVAIR 17-QAC-01 (calibration doc) NAVAIR Support Equipment Management Systems AUTOSERD handbook (& zip file instructions) CUI Documents: NAVAIR-00-80T-213 Performance Based Navigation Specification PMA273 Configuration Management Plan PMA273 Risk, Issue and Opportunity Management Plan PMA273 Cyber Security Plan (RFP Version) Technical Data Package Option Selection Worksheet Commercial Item Determination and Government Rights to Technical Data Option Selection Worksheet TDP Drawings Metadata Format Technical Manual Contract Requirement (O Level) Technical Manual Contract Requirement (I and D Level) ************************ 3 RFI Respondent Instructions References A through G are Controlled Unclassified Information and cannot be published on www.sam.gov. Please contact the PCO and Contract Specialist for additional vetting to receive the documents. Procuring Contracting Officer: Thomas Conrow thomas.w.conrow.civ@us.navy.mil Contract Specialist: Brandon Rider brandon.f.rider.civ@us.navy.mil Requests initial responses to this RFI should be submitted no later than 15 September 2025 1700 Eastern Standard Time (EST). Additional responses after 15 September will be considered. Responses should be submitted electronically via email to: Procuring Contracting Officer � Thomas Conrow thomas.w.conrow.civ@us.navy.mil Contract Specialist: Brandon Rider brandon.f.rider.civ@us.navy.mil Large files, up to 8.0 GB, may be delivered via DoD Secure Access File Exchange (SAFE). Delivery of DoD SAFE Files should be coordinated with the PCO. Proprietary information should be clearly marked. It is the responsibility of respondents to clearly mark submitted information with appropriate restrictive markings. The Government shall not be liable for any proprietary information not properly identified. Any materials submitted in accordance with this RFI which contain information that is marked as proprietary will be protected as proprietary information. No classified documents shall be included in the response. Information submitted in response to the RFI will not be returned and becomes the property of the U.S. Government (except properly marked proprietary information). Data submitted in response to this questionnaire will be distributed and discussed within the Government. The electronic copy of your response must be in Microsoft Office 2016 or Adobe Acrobat readable formats. Respondents should provide identifying contact information, to include: Company Name and address Name, title, telephone number, fax number, and e-mail address of point of contact CAGE Code and Unique Entity Identifier (UEID) An inventory list of all response files/elements which allow the Government to determine that the complete response has been received If your company is not the manufacturer of the aircraft being described, please identify the manufacturer and identify your relationship with the manufacturer Questions regarding this RFI should be directed to the Procuring Contracting Officer, via email, at thomas.w.conrow.civ@us.navy.mil or the Contract Specialist, via email, at brandon.f.rider.civ@us.navy.mil ________________________________________________________________________________________________________ **Attachment F: Mode S FRD uploaded. 11 June 2025 Update: This Request for Information (RFI), Serial Number 25-0001_UJTS, is a continuation of on-going market research conducted in support of the Undergraduate Jet Training System (UJTS) program. This announcement includes six attachments: A. Draft GBTS WSS (CUI) B. Draft Air Vehicle WSS (CUI) C. Draft EMD Statement of Work (CUI) D. Contract Data Requirements List (CDRLs) (CUI) E. RVSM FRD F. MODE S FRD RFI Respondent Instructions References A, B, C, and D are Controlled Unclassified Information and cannot be published on www.sam.gov. Please contact the PCO for additional vetting to receive the documents. Procuring Contracting Officer: Thomas Conrow thomas.w.conrow.civ@us.navy.mil Contract Specialist: Brandon Rider brandon.f.rider.civ@us.navy.mil Responses to GBTS inquiries are requested as soon as possible in order to expedite completion of the GBTS portion of the WSS. All final responses to this RFI should be submitted by 30 June 1700 Eastern Standard Time (EST) or as soon as possible. Responses should be submitted electronically via email to: Procuring Contracting Officer: Thomas Conrow thomas.w.conrow.civ@us.navy.mil Contract Specialist: Brandon Rider brandon.f.rider.civ@us.navy.mil INDUSTRY MEETING / ONE-ON-ONES The Government will conduct in person one-on-ones with interested parties to answer questions about the GBTS WSS and the Draft EMD SOW. The meetings will be conducted around Patuxent River Naval Air Station, with open dates of July 15, 2025 and July 21, 2025. Virtual meetings and/or Teams support will be available. Please contact the Procuring Contracting Officer (PCO) and Contract Specialist if you are interested in attending the Industry Meeting and/or scheduling a one-on-one with the UJTS Government team. One-on-ones will be conducted with potential prime contractors only. Procuring Contracting Officer: Thomas Conrow thomas.w.conrow.civ@us.navy.mil Contract Specialist: Brandon Rider brandon.f.rider.civ@us.navy.mil 15 May 2025 Update: As a reminder to Industry Partners interested in the UJTS procurement opportunity - in accordance with the Industry Day slides provided on the sam.gov Special Notice (see slide 4), the only sources of official program information are from sam.gov and the Procuring Contracting Officer. Any other sources of information are not considered official, and any questions about program information shall be directed to the Procuring Contracting Officer. Additionally, the Navy would like to relay the following information to industry, as requested, in support of the Undergraduate Jet Training Program (UJTS). Refer back to RFI Notice Id: 25-0001_UJTS dated 14 April 2025. Maintenance Strategy: The Navy contemplates aligning the UJTS maintenance concept with other CNATRA programs (Full CLS maintenance concept for O,I & D at the fielding sites). However, the UJTS program will go through the CORE determination and Depot Source of Repair (DSOR) process after contract award to establish the final maintenance concept for the program. The contractor will support a Product Support Analysis as part of the awarded contract and help establish the maintenance strategy for the platform. Reference Documentation: ADS-B Out FRD PMA273 RIOM Plan (CUI) PMA273 Configuration Management Plan (CUI) NAVAIR 00-80T-123 Seat Survival Kit Contents (CUI) For CUI document access, please contact: Thomas Conrow, PCO: thomas.w.conrow.civ@us.navy.mil Brandon Rider, Contract Specialist: brandon.f.rider.civ@us.navy.mil Military and Commercial References: The Navy does not intend to release military or commercial references/standards/handbooks to industry. Such references will need to be obtained directly by industry. The Navy is on track to release the draft Statement of Work (SOW) and Ground Based Training Systems (GBTS) requirements in early to mid June 2025. -------- 21 April 2025 Update: Industry Day Slides have been provided as an attachment to this special notice. -------- 14 April 2025 Update: Virtual Industry Day meeting requests have been sent to those firms requesting to attend. Please reach out to the Contracting Officer, Thomas Conrow at thomas.w.conrow.civ@us.navy.mil; and Contract Specialist Erin Allison at erin.e.allison.civ@us.navy.mil if your firm has not received the invitation or wish to be added. The virtual Industry Day will be held on Thursday, 17 April 2025 from 9:00AM to 10:00AM. --------- This Request for Information (RFI), Serial Number 25-0001_UJTS, dated 31 March 2025, is a continuation of on-going market research conducted in support of the Undergraduate Jet Training System (UJTS) program. This announcement includes seven attachments: A. UJTS Weapon System Specification (WSS) (CUI) B. UJTS Mission Profiles C. Instructional Media Requirements Document for T-45C Undergraduate Strike/ Advanced E-2 Curriculum, 22 DEC 2023 (CUI) D. CNATRAINST 1542.167D Chief of Naval Air Training T-45C Undergraduate Strike and Advanced E-2 Training Master Curriculum Guide, 12 Nov 2024 E. CNATRAINST 1542.164B Chief of Naval Air Training Advanced Strike Fighter Naval Flight Officer Training System (NFOTS) Curriculum, 15 Mar 2021 F. LVC Scenarios G. Training Facilities Report (TFR) H. UJTS WSS Release and RFI 31 March 2025 Attachments A and C can only be accessed by companies having the required safeguarding procedures for controlled unclassified information. Contractors may request access to the controlled unclassified information via email with the PCO and Contract Specialist. The Government will review the submitting company�s CAGE code and may require a non-disclosure agreement for distribution of the controlled unclassified information. Information marked as �CUI� will only be distributed to potential prime contractors. For further background, reference should be made to three previous Request for Information postings under 24-0015_UJTS dated 26 June 2024; 23-0002 UJTS dated Aug 2023; 23-0001 UJTS, dated 23 Jan 2023; 20-0001 UJTS, dated 28 Jul 2020; and a market survey posting under N6134018R0066, dated 21 May 2018. This is a Request for Information Only This market research is for information gathering and/or internal planning purposes only. This RFI does NOT constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quote (RFQ), nor is it a promise to issue an RFP in the future or an indication that the Government will contract for any of the items and/or services contained in this notice. This RFI does not commit the Government to award a contract as a result of this announcement. No solicitation documents exist at this time. Thus, at this time, the Navy is NOT seeking proposals and will NOT accept unsolicited proposals. Respondents are advised that the Government will NOT pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI or hosting one-on-ones with the Government will be solely at the interested party's expense (Government will pay its own travel expenses and �fair share� as required).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c278fae121be4ab9891002356595bc27/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Country: USA
- Record
- SN07572619-F 20250831/250829230043 (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 |