U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 combat Training System (P6CTS)

Project ID: N6134026R1008 FederalOpportunitiesSolicitation
Overview
AgencyNAWC Training Systems Division
Deadline05/18/26
Posted05/06/26
Estimated Value$800,000,000 - $1,500,000,000 (AI estimate)
Set AsideNone
NAICS336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
PSC6910 - Training Aids
LocationOrlando, FL United States
Description
Primary Latest Change

Posted: April 2, 2026, 4:26 p.m. EDT

Summary (Newest Update)

Background The U.S. Navy (USN) and the United States Air Force (USAF) are seeking to procure supplies and services to support the Tactical Combat Training System Increment II (TCTS II) and its equivalent, the P6 Combat Training System (P6CTS). The Naval Air Warfare Center Training Systems Division (NAWCTSD) in Orlando, Florida is responsible for this requirement, which aims to provide advanced air combat training capabilities with secure data links for both branches of the military. The TCTS II system includes multiple subsystems such as the Airborne Subsystem (AS), Ground Subsystem (GS), Remote Range Unit (RRU), and Portable Support Equipment Subsystem (PSES). This system is designed to enhance tactical training through encryption, threat simulation, and interoperability with existing range infrastructures. Work Details The contract will involve the following key components: - **CLIN 0001**: Production of Airborne Subsystems in accordance with TCTS II Performance Work Statement (PWS) sections 3.1.1.1, 3.1.2, 3.4.1.1, and 3.6, including a separate shipment of an End Cryptographic Unit (ECU). - **CLIN 0002**: Production of Ground Subsystems per TCTS II PWS sections 3.2.1.1, 3.6, including GS, PSES, and RRU. - **CLIN 0003**: Production of Ancillary Mission Equipment including Mission Operator's Console, Dual Pod Shipping Containers, Ballast Kits, ASU-1 and ASU-2. - **CLIN 0004**: Provision of associated data as per various Contract Data Requirements Lists (CDRLs). - **CLIN 0005**: Supply of spares for CLINs 0001 and 0002 at SRA/LRU levels. - **CLINs 0006-0015**: Various program management, engineering services, logistics support, interim contractor support, depot support services related to TCTS II/P6CTS assets. Delivery locations will be specified at the order level with a general delivery timeframe of 24 months post-award for initial CLINs. Period of Performance The anticipated contract award date is in the fourth quarter of Fiscal Year 2026 (Q4 FY26). Delivery for CLINs 0001-0005 is expected within 24 months after Delivery Order award. Place of Performance The performance will primarily occur at designated military installations as specified in individual delivery orders.

2: Posted: April 9, 2026, 12:47 p.m. EDT
3: Posted: April 15, 2026, 2:33 p.m. EDT
4: Posted: April 22, 2026, 7:33 a.m. EDT
Current: Posted: May 6, 2026, 1:28 p.m. EDT 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 Final RFP notice 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 Final RFP and all attachments. A technical library has been established to provide access to relevant documents. The technical library access request form (DD 2345) is located within the attachments section of this solicitation for access to the technical library. 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 contract award date is fourth quarter Fiscal Year 2026 (Q4 FY26). Any Questions, Concerns or Feedback to the Final RFP is requested utilizing the attached Sample Feedback request form.
Contacts
Contact nameKurt Susnis
Contact emailkurt.a.susnis.civ@us.navy.mil
Contact phone(407) 380-4243
Secondary contact nameHolly DeFord
Secondary contact emailholly.j.deford.civ@us.navy.mil
Secondary contact phone(407) 380-4314
Same Region Opportunities