The Annual Maintenance & Engineering Support for Aircraft Cabin Research & Safety Management Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM)
ID: 25-FLEXSIMType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GJ NON-FRANCHISE ACQ SVCOKLAHOMA CITY, OK, 73125, USA

NAICS

Computer Facilities Management Services (541513)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- TRAINING AIDS AND DEVICES (J069)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide annual maintenance and engineering support for the Aircraft Cabin Research Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM) located in Oklahoma City, Oklahoma. The procurement aims to establish a five-year contract, beginning in June 2026, to ensure compliance with Original Equipment Manufacturer (OEM) specifications while delivering technical, engineering, and administrative assistance for the simulator's repair and maintenance. This facility plays a crucial role in advancing aircraft cabin safety through research and technological improvements, necessitating effective communication and collaboration with equipment manufacturers and governmental organizations. Interested parties must submit their responses to the Request for Information by 3:00 PM Central Time on April 21, 2025, and can direct inquiries to Kimberly Sites at kimberly.sites@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) is soliciting support for the repair and maintenance of the Flexible Aircraft Cabin Simulator (FLEXSIM) at the Aircraft Cabin Research Facility (ACRF) in Oklahoma City, OK. The contractor is expected to deliver technical, engineering, and administrative assistance in compliance with Original Equipment Manufacturer (OEM) specifications. Key responsibilities include managing the repair process, ensuring quality control, providing timely updates, and collaborating with equipment manufacturers and governmental organizations. Deliverables include monthly invoices, status reports detailing progress and risks, and program management repots on a quarterly basis. The facility operates primarily from 6:00 AM to 6:00 PM, with work conducted primarily on weekdays. Effective communication through electronic means must be established between the contractor and FAA personnel. This project underscores the FAA's commitment to advancing aircraft cabin safety through research and technological improvements, while emphasizing quality management in executing the contract.
    Similar Opportunities
    Aviation Research BAA 2025
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Sources Sought for Pilatus PC-12 Pilot Qualification Training
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for Pilatus PC-12 Initial and Recurrent Pilot Qualification Training for its Aviation Safety Inspectors and Aircraft Certification Pilots. The procurement aims to identify vendors capable of providing comprehensive training that meets FAA regulations and congressional mandates, including ground school and flight training, with adherence to specific guidelines outlined in the Performance Work Statement (PWS). This training is critical for ensuring that FAA personnel achieve an unrestricted type rating on the PC-12 aircraft, which is essential for maintaining aviation safety standards. Interested vendors must submit their capability statements by 5:00 p.m. CT on January 9, 2026, to Shelley Howard at shelley.a.howard@faa.gov, as the FAA evaluates potential competition for this contract.
    Remanufacture of F110 Transducer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the remanufacture of the F110 Transducer (P/N: 8524-0102, NSN: 6695-01-363-3031) at Tinker Air Force Base in Oklahoma. The procurement requires contractors to provide all necessary labor, materials, facilities, and equipment for the repair, testing, preservation, and packaging of the transducer, ensuring it is returned to the government in like-new condition. This effort is crucial for maintaining operational readiness and support for aircraft systems, and the government is open to all business types, including small business classifications, to foster competition. Interested parties must submit a Source Approval Request (SAR) package, including company details and business size classification, to the designated contacts by the specified deadline, as no contract will be awarded based on this market research.
    Common Automation Platform - Request for Information
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking information through a Request for Information (RFI) regarding the development of a Common Automation Platform (CAP) aimed at modernizing the Air Traffic Control System (ATC). This initiative intends to replace outdated systems such as ERAM and STARS with a cohesive, state-of-the-art platform, focusing on aspects like integration, reliability, and user experience while aligning with the FAA's Automation Evolution Strategy (AES). Responses to the RFI, which is not a commitment for proposals but may lead to an Other Transaction Agreement (OTA), are due by December 19, 2025, and interested vendors should direct their inquiries to David L. Reynolds at david.l.reynolds@faa.gov.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking innovative solutions for the modernization of its application and database infrastructure through a Request for Information (RFI). The primary objectives of this procurement include reducing sustainment costs, enhancing operational efficiency, and improving system interoperability while addressing legacy technical challenges and ensuring scalability. This initiative is critical for the FAA as it aims to overcome complex interoperability requirements and data sensitivity issues across its systems. Interested parties are encouraged to submit their feedback by January 7, 2026, to inform the FAA's acquisition strategy, with inquiries directed to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov.
    RFI SYSTEMS ANALYSIS AND REPORTING SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide systems analysis and reporting support for the E-3 AWACS mission. The objective of this Request for Information (RFI) is to identify vendors capable of delivering non-personal engineering and technical support to analyze, categorize, and report on E-3 system recommendations, which are critical for enhancing aircraft operations, flight safety, and mission performance for the United States Air Force. The Air Force Life Cycle Management Center (AFLCMC/HBK) encourages responses from businesses of all sizes, particularly those with socioeconomic designations, to inform potential small business set-aside decisions. Interested parties must submit a capabilities package by 3 PM CST on December 26, 2025, to joy.beach@us.af.mil and cleeta.daniels@us.af.mil, with submissions limited to ten single-spaced pages.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    Servocyclinder
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.
    Opportunity Details
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, with the solicitation number FA8117-26-R-0003. This procurement aims to secure commercial products and services related to the maintenance and repair of critical aircraft instruments, which are essential for the operational readiness of military aircraft. The proposal due date has been extended to January 14, 2026, at 3:00 PM Central Standard Time, and interested parties must acknowledge receipt of the amendment to ensure their offers are considered. For further inquiries, potential offerors can contact Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.