SOURCES SOUGHT
69 -- Guatemala Bell Flight Training Device
- Notice Date
- 11/10/2025 8:20:31 AM
- Notice Type
- Sources Sought
- NAICS
- 333310
—
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-26-Guatemala-Bell-FTD
- Response Due
- 12/18/2025 9:00:00 AM
- Archive Date
- 12/19/2025
- Point of Contact
- Patricia Ward, Phone: 4073845357, Tanya Caceres, Phone: 4076698177
- E-Mail Address
-
patricia.ward2.civ@army.mil, tanya.e.caceres.civ@army.mil
(patricia.ward2.civ@army.mil, tanya.e.caceres.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- SOURCES SOUGHT NOTICE Guatemala Bell Flight Training Device PEO STRI - Sources Sought Notification - Foreign Military Sales (FMS), Guatemala�s Bell Flight Training Device PURPOSE PEO STRI is seeking information regarding the relevant experience and capabilities from industry partners interested in performing this potential requirement. This information will be used to: Determine which businesses exist that can meet the requirement Assess the market's technical capabilities Determine rough order of magnitude on cost and schedule Identify commercial practices and solutions INTRODUCTION US Army Contracting Command Orlando (ACC-O) is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources having interest and industry technologies available to provide: a) one (1) non-motion Flight Training Device (FTD) for the Bell 412 utility helicopter; b) reconfigurable configurations to train Bell 429 and Bell 407 Helos; and c) delivery, installation, commissioning at CACEN (Guatemala), and d) operator/instructor training, with costs covering the simulator, training, and installation. The FTD shall provide fidelity sufficient to permit logging of simulator/instrument/training time under the applicable civil aviation authority requirements, consistent with the device�s qualified level and permitted credits. Vendors shall identify the target qualification basis and level and support initial qualification by the authority. The required simulator will be designed to enhance realism through motion cueing, offering realistic flight experience without the expense and complexity of a full-motion system. U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) International Programs Office (IPO) is seeking information and data for potential procurement of the capabilities previously mentioned on behalf of the country of Guatemala. The results of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this Sources Sought Notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. REQUIRED CAPABILITIES The Government requires: 1. One (1) non-motion Flight Training Device (FTD) for Bell 412, with reconfigurable configurations for Bell 429 and Bell 407 Helos: 1.1 Provide a non-motion FTD for Bell 412; include modular options to reconfigure to Bell 429 and Bell 407 Helos. Vendors shall describe the high-level reconfiguration concept, including the anticipated steps, tools, personnel, typical changeover time, and any differences in hardware/software per configuration. Vendors shall describe the high-level reconfiguration concept, including anticipated steps, tools, personnel requirements, typical changeover time, and expected differences in hardware/software per configuration based on their experience with similar systems. Detailed reconfiguration steps will be finalized during the design phase. 1.2 Devices and controls (cyclic, collective, pedals, instrument panels, avionics) shall provide fit, form, and function consistent with the target qualification level identified by the vendor for each configuration (Bell 412 baseline; Bell 429 and Bell 407 Helos). 1.3 Software and physical controls shall support Bell 412 as the baseline, with optional, cost?effective reconfiguration kits for Bell 429 and Bell 407 Helos where configurations differ. Provide common hardware to minimize cost and reconfiguration time. Include configuration identification and control measures (baseline and changes). 1.4 Provide software to simulate essential information panels and controls, including normal, abnormal, and emergency procedures applicable to each configuration. 1.5 Visual Database Requirement 1.5.1 The FTD shall include a commercial visual database encompassing the entirety of Guatemala, with high-resolution terrain, obstacles, and cultural features. The database must include at least five airports in high definition. Vendors shall describe the level of detail, resolution, and features of the visual database, including support for night operations, weather effects, and compatibility with NVG training. Vendors should also specify the process for updating the database to reflect changes in terrain, obstacles, or procedures. 1.6 Provide an Instructor/Operator Station (IOS) with basic scenario control (start/reposition, time-of-day, weather presets, simple failures) and basic data capture/playback for debrief. Advanced analytics are not required. 1.7 Provide documentation: Operator and Instructor manuals; Maintenance manual; As?built configuration baseline; Spares/consumables list; Continuing qualification procedures aligned to the proposed qualification standard/authority. 1.8 Training 1.8.1 Provide training covering all aspects of operation of the training device, basic maintenance tasks, and IOS usage. Training will primarily be conducted in Spanish, with no requirement for English language training. However, there is a pool of personnel proficient in English who may be considered for additional training requirements. 1.8.2 The Concept of Operations (CONOPS) for this simulator centers on two primary objectives: 1. Proficiency Training: To ensure pilots maintain and enhance their skills in normal, abnormal, and emergency helicopter operations. 2. Specialized Operations: To train pilots for specific missions, including: a. Bambi Bucket Procedures: For firefighting and water-dropping operations. b. Close Air Support (CAS): For tactical operations requiring precision and coordination. The simulator will be used to develop skills required to respond to helicopter emergencies and conduct specialized operations. Vendors should describe how their solution supports these objectives, including the ability to simulate emergency scenarios and specialized mission profiles. 1.9 Qualification for training credit 1.9.1 Vendors shall identify, for each configuration (Bell 412, Bell 429, Bell 407 Helos): (a) the civil aviation authority they propose to qualify under, (b) the qualification standard to be applied, (c) the intended FTD level, and (d) the specific training credits permitted by that authority at that level (e.g., instrument procedures, normal/abnormal/emergency procedures). Devices that cannot be qualified to permit logging of simulator/instrument/training time as allowed by the authority are unacceptable. 2. Installation, facilities, and acceptance at CACEN (Guatemala): 2.1 Delivery, installation, and commissioning at CACEN; minimal facility modifications are preferred. Vendors should state footprint, weight, standard power (110/220V), and basic HVAC requirements. The cost of installation, delivery, and commissioning is expected to be included within the total cost. Vendors should ensure their submissions account for these associated costs. 2.2 On-site acceptance testing 3. Written responses to this announcement should consist of the following: 3.1 Your firm's degree of familiarity and specific experience with implementation of training solutions to meet the training requirements. 3.2 Resources available to develop, produce, deliver, install, and commission one (1) Bell 412 non-motion FTD with optional Bell 429 and Bell 407 configurations, including training and documentation. 3.3 Your estimated time frame from contract award to final delivery. 3.4 Your total cost associated with this effort. 3.5 Your resources available should address production, sourcing, personnel, shipping, delivery, and 6 months support (repair and return). 4. An itemized Rough Order of Magnitude cost for each requirement listed above. 4.1 Vendors shall also provide a separate, itemized ROM for a cost-effective Desktop Trainer alternative to the FTD. At a minimum, include: base desktop trainer (Bell 412), with the reconfigurable options for the Bell 429 and the Bell 407, Guatemala visual region (with at least three high-definition airport), Instructor/Operator Station (IOS), optional NVG, optional Bambi Bucket procedural module, optional CAS procedural scenario pack, Spanish training, delivery/installation, spares/consumables, and six-month support. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of (Not Applicable). Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 333310 (Commercial and Service Industry Machinery Manufacturing) with a Small Business Size Standard of 1,000 Employees. The Product Service Code (PSC) is 6910 (Training Aids). *NOTE 01: The current SBA Table of Small Business Size Standards was updated 17 March 2023; since the beginning of 2022, the SBA has regularly updated the table to account for inflation. Businesses must update their SAM.gov profiles in order to have their small business status reflects the most current small business size standards. Until updated, the SAM profiles will continue to display the small business status under outdated size standards. *NOTE 02: In accordance with 13 C.F.R. 121.104, the current calculation for dollar (monetary) value based NAICS codes is average total receipts over the last five (5) completed fiscal years *NOTE 03: In accordance with 13 C.F.R. 121.106, the current calculation for employee based NAICS codes is average number of employees used for each pay period for the preceding completed 24 calendar months. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description as outlined in Item #3. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Ms. Patricia Ward, Contract Specialist, Patricia.ward2.civ@army.mil and Mrs. Tanya Caceres, APM, tanya.e.caceres.civ@army.mil in either Microsoft Word (.docx) or Portable Document Format (PDF), via email no later than 12:00 Eastern Standard Time (EST) on 18 December 2025 and reference this sources sought number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. *NOTE (LIMITATIONS ON SUBCONTRACTING): If you are a small business interested in being the prime contractor for this effort, please be advised that FAR clause 52.219-14 (Limitations on Subcontracting) (DEVIATION 2021-O0008) was updated in September 2021. The current clause adds the definition of �Similarly Situated Entity� and the 50% calculation for compliance with the clause. Small business prime contractors may now count �first tier subcontractor� work performed by a �Similarly Situated Entity� as if it were performed by the prime contractor itself. To assist in our market research and set-aside determination for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitations on Subcontracting requirements, please identify the name & Unique Entity ID/CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned �Similarly Situated Entity� should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8232419b958f4f61b161d665901f3f22/view)
- Place of Performance
- Address: Orlando, FL, USA
- Country: USA
- Country: USA
- Record
- SN07639190-F 20251112/251110230033 (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 |