S-76D Flight Simulator Visual System
ID: 692M15-25-R-00002Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION692M15 ACQUISITION & GRANTS, AAQ600ATLANTIC CITY, NJ, 08405, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

FLIGHT INSTRUMENTS (6610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the development of a visual system for the S-76D cockpit simulator, which is crucial for flight safety research in helicopter operations. The project aims to design and implement an immersive visual system that meets specific performance criteria, including a wide field of view and capabilities for simultaneous RGB and Infrared imagery, ensuring enhanced pilot training efficacy. This procurement is set aside for small businesses, with a firm-fixed price contract anticipated over a two-year period, and interested contractors must submit their proposals by the deadline of November 6, 2024. For further inquiries, potential offerors can contact Lisa Bethea at lisa.t.bethea@faa.gov or Christine Yezzo at christine.yezzo@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) requires a comprehensive visual system for the S-76D cockpit simulator, essential for flight safety research. This Statement of Work (SOW) outlines the specifications and scope for contractors to design and implement an immersive visual system that meets specified performance criteria, including a wide field of view, seamless image projection, and capabilities for simultaneous RGB and Infrared imagery. Key design requirements encompass a robust structure for mounting, light-tightening features to minimize ambient light interference, and an effective cable management system. The installation must maintain the simulator's functional integrity on-site with a detailed milestone schedule for the engineering, fabrication, integration, and final acceptance tests. Safety considerations include adherence to fire safety codes and ensuring a healthy environment free from harmful emissions. All vendor deliverables must conform to FAA standards and requirements, ensuring that the visual system enhances pilot training efficacy for various operational scenarios. Overall, this project reflects the FAA's commitment to improving aviation safety through advanced simulation technology.
    The Federal Aviation Administration (FAA) issued Attachment 02 of RFP 692M15-25-R-00002, which outlines the Corporate Experience Form required for bidders proposing maintenance and engineering support for the S-76D Cockpit Simulator within the NAS Laboratory ATC system. This form mandates that offerors provide detailed information about previous contracts, including contract numbers, performance periods, organizations served, a technical lead's contact details, financials, work scope, complexity, and relevance to the current RFP's requirements. Offerors are limited to four pages to summarize their relevant experience succinctly. The aim is to assess the capabilities and qualifications of potential contractors in fulfilling the Statement of Work (SOW), ensuring they possess suitable expertise and successful contract history related to aviation simulator projects.
    The document is a Past Performance Questionnaire (PPQ) related to Request for Proposals (RFP) 692M15-25-R-00002 for the S-76D Cockpit Simulator by the Federal Aviation Administration. It outlines a structured method for evaluating contractors based on their previous work performance. Part A collects essential information about the contractor and details of the contract, including type, costs, and whether it was a prime or subcontractor role. Part B consists of an evaluation framework, where performance will be assessed across multiple categories like quality of service, scheduling, cost control, and management effectiveness, with ratings ranging from "Exceptional" to "Unsatisfactory." Comments regarding both exceptional and unsatisfactory performance are required, along with the evaluator’s details in Part C. The questionnaire promotes accountability and transparency in the contractor selection process. Its confidentiality notice underscores the significance of the information. This systematic evaluation process is crucial for ensuring that selected contractors meet the FAA's operational standards and contribute effectively to their projects.
    The document outlines the terms and conditions for a federal Screening Information Request (SIR) pertaining to contracts issued by the Federal Aviation Administration (FAA). It includes key provisions such as electronic commerce and signature regulations, minimum offer acceptance periods, and rules governing the restriction and use of sensitive data. The FAA mandates a minimum acceptance period for offers, stipulates the necessity of electronic registration in the System for Award Management (SAM), and prohibits contracts with inverted domestic corporations. Additionally, it details compliance requirements related to lobbying, certification of responsibility, and restrictions against contracting with entities involved with sensitive technologies, particularly those associated with foreign threats like Kaspersky Lab products and ByteDance applications. The text emphasizes accountability and due diligence in financial engagements with federal contracts, reflecting government efforts to enhance procurement practices while ensuring national security compliance. Overall, the document serves as a comprehensive guideline for prospective offerors to navigate the contracting process efficiently and responsibly.
    The Federal Aviation Administration (FAA) is issuing a Request for Proposal (RFP) for a visual system for the S-76D cockpit simulator, intended for flight safety research in helicopter operations. This opportunity is set aside for small businesses, with a firm-fixed price contract over a two-year period. Offerors must submit a technical proposal demonstrating their ability to design, fabricate, and install the system while meeting specific requirements outlined in the Statement of Work (SOW). Additional requirements include corporate experience from similar past projects, valid registration with the System for Award Management (SAM), and adherence to FAA terms and conditions. Key evaluation criteria for proposals will be the technical approach, past corporate experience, and past performance, with the intention of awarding the contract to the lowest-priced technically acceptable offeror. The document also includes provisions related to telecommunications equipment, certifying eligibility, and ensuring compliance with federal regulations. To qualify, vendors must demonstrate satisfactory past performance on relevant projects and ensure their proposals meet all stated requirements before the specified deadline.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360 aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's aviation capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Interested contractors must submit their proposals electronically by October 9, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov, and all inquiries must be submitted in writing by September 23, 2024.
    Flight Simulator Curved Screen
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking quotations for the procurement of a Flight Simulator Curved Screen, as outlined in the Combined Synopsis/Solicitation FA813924Q0036. The contract requires the delivery of a custom curved projection screen in accordance with the Performance Work Statement, with a delivery timeline not exceeding 26 weeks after receipt of order. This equipment is critical for modernizing the flight simulator systems at Tinker Air Force Base, enhancing training capabilities for military personnel. Interested vendors must register in the System for Award Management (SAM) and submit their quotations by October 17, 2024, ensuring compliance with all specified requirements and technical standards. For further inquiries, potential offerors can contact Erin Hampton at erin.hampton@us.af.mil.
    Screening Information Request (SIR) for Instrument Landing System (ILS) Installation Demonstrations
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the installation of Instrument Landing Systems (ILS) as part of a Screening Information Request (SIR) for ILS Installation Demonstrations. The FAA aims to replace existing MK1D ILS systems with modern ILS-420 systems at general aviation airports located in Kansas, Illinois, or Indiana, with the potential for up to three individual contract awards. This procurement is crucial for enhancing aviation infrastructure and ensuring safe navigation for aircraft, reflecting the FAA's commitment to improving air traffic management systems. Interested offerors must submit their proposals by October 11, 2024, and direct any inquiries to Richard J. Simons or Haben Woldemichael via their provided email addresses.
    Aviation Research BAA
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) has issued a Broad Agency Announcement (BAA) for Aviation Research, soliciting innovative solutions from the aviation sector across multiple research domains. This five-year BAA aims to enhance aviation safety, efficiency, and environmental sustainability, encouraging submissions from industry and educational institutions. The FAA seeks proposals aligned with specified research topics, including airport pavements, safety, software & systems, and structures & propulsion. For instance, designing acoustic sensors for concrete pavements and assessing pavement roughness are key focuses. Additionally, the agency aims to improve airport safety by addressing unmanned aircraft systems (UAS) risks and exploring fluorine-free firefighting agents. Software & Systems research encompasses advanced flight controls, cognitive bias training, and complex digital systems. Offerors must submit concise white papers for initial screening, followed by an invitation to submit detailed proposals. The FAA evaluates submissions based on technical merit, relevance, and cost-effectiveness, with an emphasis on innovation and impact on aviation safety. This BAA offers potential contracts and funding for successful submissions, with key dates varying and some deadlines extended. Interested parties should regularly check for amendments and ensure their SAM registrations are up-to-date.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which includes both scheduled and unscheduled maintenance services for its fleet of Bombardier Challenger 600 series aircraft. The contract will be awarded as an indefinite delivery/indefinite quantity (ID/IQ) type, with a base performance period of one year and four optional one-year extensions, emphasizing the importance of timely maintenance to ensure operational readiness and compliance with FAA regulations. Interested contractors must possess a valid 14 CFR Part 145 Repair Station Certificate and are required to submit their proposals electronically by 3:00 p.m. Central Time on October 16, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov. The total estimated value of the contract is approximately $49.8 million over five years, and all inquiries must be submitted in writing by October 1, 2024.
    Degraded Visual Environment Pilotage System (DVEPS)
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is planning to award a sole-source contract to Sierra Nevada Corporation for the development and management of the Degraded Visual Environment Pilotage System (DVEPS), which includes a multi-spectral sensor system designed to enhance situational awareness during transitions from Visual Meteorological Conditions (VMC) to a Degraded Visual Environment (DVE). This system, known as the Synthetic Vision Avionics Backbone (SVAB), will integrate various sensor data to provide aircrew with clear visual representations of terrains and obstacles, thereby improving operational effectiveness in challenging conditions. The contract will be structured as a hybrid Firm Fixed Price and Cost-Reimbursable Indefinite Delivery Indefinite Quantity (IDIQ) agreement, lasting five years with a potential six-month extension, and responses from interested parties are welcomed by October 7, 2024, although the Government retains discretion over whether to proceed with competition based on submitted capabilities. For further inquiries, interested parties can contact Stephanie Dillon at stephanie.f.dillon.civ@socom.mil.
    U.S. Naval Test Pilot School Variability Stability System (VSS) Flight Demonstration Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking small businesses capable of providing flight demonstration services for the U.S. Naval Test Pilot School's Variability Stability System (VSS). The procurement aims to support classroom instruction and practical flight demonstrations using a contractor-owned VSS aircraft for students at the Naval Test Pilot School located at Naval Air Station Patuxent River, MD. This initiative is crucial for enhancing the training capabilities of future test pilots, ensuring they receive comprehensive instruction in variable stability systems. Interested parties must submit a capabilities statement by email to the primary contact, Matthew Hudson, at matthew.d.hudson8.civ@us.navy.mil, within 15 calendar days of the notice publication, adhering to specified formatting guidelines. This opportunity does not constitute a solicitation for proposals, and no funds are available for response preparation.
    Weather Systems Integration Contract (WSIC)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is initiating a pre-solicitation for the Weather Systems Integration Contract (WSIC), aimed at enhancing weather detection and reporting capabilities within the National Airspace System (NAS). This procurement seeks comprehensive support services, including program management, engineering, logistics, and the production of weather sensor equipment, under an Indefinite Delivery/Indefinite Quantity (ID/IQ) framework. The selected contractor will be responsible for delivering standardized weather sensor equipment, providing technical support throughout the equipment's lifecycle, and ensuring compliance with FAA standards. Interested vendors are encouraged to submit their feedback on the draft Screening Information Request (SIR) by October 18, 2024, at 3:00 PM EDT, via email to Dana D. Brooks at dana.d.brooks@faa.gov. This opportunity is set aside for 8(a) small businesses, and the relevant documents can be found on the SAM website.
    Aerospace Medical Research and Safety Management Technical Support Services
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to provide Aerospace Medical Research and Safety Management Technical Support Services for its Civil Aerospace Medical Institute (CAMI) located in Oklahoma City, Oklahoma. The procurement aims to identify capable 8(a) sources that can deliver staffing support, technical expertise, and project execution to enhance aeromedical research and safety assurance functions, including medical data analysis and toxicological assessments. This initiative is critical for advancing aviation safety through rigorous research and compliance with FAA standards, ensuring effective oversight of pilot medical-related human factors risks. Interested parties must submit their responses to the market survey by 5:00 p.m. Eastern Time on October 18, 2024, to the Contracting Officer, Andre Casiano, at andre.casiano@faa.gov.
    National Airspace System (NAS) G/G Protocol Converter (GPC) Draft SIR, Part 1
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to issue a pre-solicitation Screening Information Request (SIR) for the Ground-to-Ground Protocol Converter (GPC) System as part of its Voice over IP Communication Enterprise (VoICE) initiative. This procurement aims to enhance aviation communication systems by converting analog signals to ED-137C compliant Voice over Internet Protocol (VoIP), thereby replacing outdated infrastructure at various FAA facilities. The FAA is seeking industry feedback on the draft SIR, with a deadline for comments set for October 15, 2024, at 3:00 PM EDT. Interested parties can direct their inquiries to Alessha Mason at alessha.m.mason@faa.gov or Michael Tekle at michael.e.tekle@faa.gov, and are encouraged to participate in the upcoming industry day and one-on-one sessions to discuss the project further.