Screening Information Request (SIR) - FAA BE360ER FULL FLIGHT SIMULATOR
ID: 6973GH-25-R-00201Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

INSTALLATION OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (N015)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the acquisition of an advanced Level D Full Flight Simulator (FFS) for the Beechcraft 360ER aircraft, aimed at training and qualifying pilots under Part 135. This simulator will play a crucial role in comprehensive pilot training, including initial and recurrent qualification, emergency procedures, and crew standardization, thereby supporting the FAA's Flight Program Operations and enhancing aviation safety. The anticipated contract includes a five-year base period with two option periods, allowing for a total of up to ten years if all options are exercised, and proposals are due by August 28, 2025, at 5:00 PM Eastern Time. Interested vendors must ensure registration with the System for Award Management (SAM) and may contact Helaina Germosen at helaina.k.germosen@faa.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) requires a Level D Full Flight Simulator (FFS) for the Beechcraft 360ER aircraft to facilitate comprehensive pilot training and qualification under Part 135 for AJF pilots. The simulator must accurately replicate the aircraft and meet stringent FAA regulations (14 CFR Part 60, Change 2, and International Civil Aviation Organization (ICAO) Doc 9625). The contract includes a two-year period for production and installation at the Mike Monroney Aeronautical Center, followed by five one-year logistics support periods. Key objectives include program management, simulator production (with specific hardware and software requirements), site installation, and a three-stage inspection and acceptance process. The contractor is also responsible for spare parts support, ongoing logistics (maintenance, technical, engineering, and configuration management), and optional government-specific enhancements like instructor and technical support, and additional training.
    The Federal Aviation Administration (FAA) requires a Level D Full Flight Simulator for the Beechcraft 360ER (360ER) aircraft to train and qualify AJF pilots under Part 135. The simulator must accurately replicate the 360ER for comprehensive pilot training, including initial and recurrent aircraft qualification, instrument refresher, emergency procedures, and crew standardization. It will also support Aviation Safety (AVS) participants and Aviation Safety Inspectors (ASI) and may be used for research and sustainment. The simulator must comply with 14 CFR Part 60 and Change 2, including extended envelope and adverse event weather training tasks. The anticipated contract period is a 5-year base, with 2 years for production/installation and 3 years for logistics support, plus two option periods. The simulator will be installed at the Mike Monroney Aeronautical Center. The project involves program management, simulator production (including specific hardware and software requirements), site installation, a three-stage inspection and acceptance process, spare parts support, and comprehensive logistics support. Optional government enhancements for instructor and technical support and additional training are also outlined.
    This Performance Work Statement (PWS) outlines requirements for the Federal Aviation Administration (FAA) to procure a Level D Full Flight Simulator (FFS) for the Beechcraft King Air 360 Extended Range (360ER). The simulator is essential for pilot training and qualification under federal regulations, providing comprehensive training capabilities including emergency procedures and flight proficiency assessments. The project will span two years for production and installation, followed by five years of logistics support. Key constraints include compliance with multiple federal regulations. The document details program management objectives, simulator production objectives (including hardware and software requirements), and site installation procedures. It emphasizes the importance of robust quality assurance practices, maintenance support, and technical document provision for effective operation. The contractor will deliver equipment, perform installation, and ensure simulator acceptance through validation processes at both their facility and the FAA's site. The emphasis on logistics and ongoing support ensures sustained operational capability of the simulator for the FAA’s diverse training missions. Overall, this PWS serves as a blueprint for enhancing aviation safety training and operational readiness in compliance with regulations.
    The document, Attachment J-2 of SIR 6973GH-25-R-00201, outlines the cost proposal requirements for a Full Flight Simulator (FFS) acquisition by the FAA. Offerors must submit a detailed cost breakdown demonstrating an understanding of the scope of work and enabling the FAA to assess price reasonableness. While commercial item principles may apply, the FAA reserves the right to request cost and pricing data. The proposal needs to comprehensively detail all cost elements for the FFS's design, production, integration, and delivery, to be installed in a government-owned simulator bay. This breakdown is crucial for evaluating technical and cost realism, risk, and alignment with FAA expectations. Required cost elements include direct labor, materials and equipment, subcontractor/vendor costs, other direct costs (ODCs), engineering and customization, testing and qualification, installation and on-site support, indirect costs, and profit. A sample cost breakdown template is provided for guidance, emphasizing that these elements are cost drivers traceable within each Contract Line Item Number (CLIN) and performance period, including escalation. Adequate detail is stressed to avoid evaluation delays.
    The document outlines the cost proposal requirements for offerors submitting bids to the Federal Aviation Administration (FAA) for the design and delivery of a Full Flight Simulator (FFS). It emphasizes the need for a comprehensive breakdown of costs to assess price reasonableness and technical realism, which are crucial for evaluating proposals. Offerors are instructed to include various cost elements such as direct labor, materials, subcontractor costs, and indirect expenses, along with a basis of estimate. The FAA allows for the use of a sample format to ensure clarity and detail in the proposals, outlining specific categories that must be accounted for. Additionally, adequate detail is stressed to avoid delays in the evaluation process. Overall, this guide serves as a framework for bidders to structure their cost proposals in compliance with FAA expectations and requirements.
    The document, "Att.J-3: PAST PERFORMANCE EXPERIENCE INFORMATION FORM," is a crucial component for Offerors (Prime or Subcontractor) in federal government RFPs, specifically for SIR 6973GH-25-R-00201. Its main purpose is to standardize the collection of past performance information for each submitted effort. Offerors must complete this form for every current or former project they wish to present as past performance, ensuring a copy is included in their proposal's Past Performance Volume and sent to the Contracting Officer. The form requires detailed information, including Offeror identification (name, address, type), contract specifics (title, number, agency, POC, type, purpose, dates, values, and competitive status). This structured approach allows the government to efficiently evaluate an Offeror's relevant experience and capabilities, serving as a critical tool in the competitive award process.
    The document is a Past Performance Experience Information Form (Att.J-3) intended for offerors involved in government contracts, specifically as part of their proposal submissions in response to Requests for Proposals (RFPs). It outlines the necessary information the offeror must provide about their past performance, both as a prime or subcontractor. Key sections require the offeror to fill in their identification details, specifics about the contract (including project title, contract number, customer agency, point of contact, contract type, and purpose), along with the award date, performance period, and financial details such as total contract value and the offeror's share. This structured form must be submitted with the Past Performance Volume of the proposal to the Contracting Officer, ensuring that all parties involved are properly documented. The overall purpose is to assess the offeror's previous performance and capability in fulfilling government contract obligations, which is critical for evaluation in the competitive procurement process.
    This document is a Request for Proposal (RFP) from the Federal Aviation Administration (FAA) for an Indefinite Delivery/Indefinite Quantity (IDIQ) hybrid contract. The main purpose is to procure one advanced Level D Full Flight Simulator (FFS) for the Beechcraft 360ER (BE360ER) aircraft to support crewmember training. The contract has a five-year base period, including two years for production and installation and three years for logistics support, with two additional option periods for logistic support, totaling an estimated ten years if all options are exercised. The contract is primarily Firm Fixed Price (FFP), with provisions for Cost Reimbursable (CR), Labor Hour, and Time and Material (T&M) line items for uncertain requirements. Key aspects include detailed contract clauses covering inspection, delivery, travel, payment, and special requirements such as
    This government Request for Proposal (RFP) outlines the acquisition of an advanced Level D Full Flight Simulator (FFS) for the Beechcraft 360ER (BE360ER) aircraft, designated for Crewmember training within the FAA Flight Program Operations (AJF). The contract is a hybrid Indefinite Delivery/Indefinite Quantity (IDIQ) type, primarily with Firm Fixed Price (FFP) line items, but also allowing for Cost Reimbursable (CR), Labor Hour, and Time and Material (T&M) CLINs for tasks with undefined requirements. The period of performance is a five-year base with two option periods, totaling ten years if all options are exercised. Key elements include project management, simulator production, spare parts support, and logistics support. The RFP details pricing, delivery, inspection, and acceptance procedures, emphasizing compliance with FAA regulations, environmental, safety, and health standards, and mandating contractor registration in the System for Award Management (SAM) database and E-Verify for employment eligibility.
    The document outlines a Request for Proposal (RFP) for the procurement of an advanced Level D Full Flight Simulator (FFS) for the Beechcraft 360ER aircraft, issued by the Federal Aviation Administration (FAA). The contract is structured as a hybrid Indefinite Delivery/Indefinite Quantity (IDIQ) model, with a five-year base performance period and options for additional support years. Key components include project management, simulator production, and logistics support, with a minimum contract obligation of $100,000. The contractor is tasked with managing resources to ensure compliance with a detailed Performance Work Statement. Evaluation factors for award include the contractor's ability to provide adequate resources, expertise, and adherence to safety protocols. The RFP emphasizes the importance of domestic sourcing for components and outlines specific travel, pricing, and invoice submission requirements. It also stresses the adherence to federal regulations regarding labor disputes, environmental safety, and health requirements. This RFP represents the FAA's commitment to enhancing training capabilities through updated technology, highlighting the details essential for potential bidders to understand the scope, expectations, and regulatory framework within which they must operate.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Call for Solutions - Flight School Next (FSN)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Aviation Center of Excellence (AVCOE), is soliciting proposals for the Flight School Next (FSN) program, which aims to establish a Contractor-Owned, Contractor-Operated (COCO) solution for Initial Entry Rotary-Wing (IERW) Flight Training at Fort Rucker, Alabama. This initiative seeks to train 800 to 1,500 rotary-wing pilots annually over a 26-year period, utilizing commercially available services and equipment to enhance training efficiency and pilot proficiency. The program is critical for modernizing Army aviation training, ensuring that graduates meet U.S. Army standards equivalent to FAA commercial helicopter pilot certification. Interested contractors must submit their proposals by December 15, 2025, and can direct inquiries to Michael A. Metje at michael.a.metje.civ@army.mil or Susan Ruzicka at susan.e.ruzicka2.civ@army.mil.
    MAFT (IFT-R)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    Guatemala Bell Flight Training Device
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command Orlando, is conducting market research for a non-motion Flight Training Device (FTD) specifically designed for the Bell 412 utility helicopter, intended for Foreign Military Sales to Guatemala. The procurement aims to identify industry partners capable of delivering a comprehensive training solution that includes the FTD, a visual database of Guatemala, an Instructor/Operator Station (IOS), and training documentation, all primarily in Spanish. This training device will enhance pilot proficiency and support specialized operations, such as firefighting and tactical missions, while ensuring compliance with civil aviation authority standards for logging training time. Interested vendors must submit their capabilities statements, estimated timelines, and itemized cost proposals by December 18, 2025, at 12:00 PM EST, to the designated contacts, Patricia Ward and Tanya Caceres, via email.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    Spatial Disorientation CLS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the UAS Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically for Call 001-2026. This opportunity invites white papers aimed at demonstrating and validating technologies for the safe integration of Unmanned Aircraft Systems (UAS) into the National Airspace System, with a focus on areas such as UAS Traffic Management and Beyond-Visual-Line-of-Sight operations. A total funding amount of $12 million is available, to be distributed among FAA-designated UAS test sites, with a requirement for a 1:1 cost-share match from respondents. Interested parties must submit their white papers by January 9, 2026, and can direct inquiries to Contracting Officers Scott E. Raber and Kristin T. Frantz via their provided emails.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.