Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2025 SAM #8654
MODIFICATION

N -- SOURCES SOUGHT FOR FAA BE360ER FULL FLIGHT SIMULATOR

Notice Date
8/4/2025 4:07:03 AM
 
Notice Type
Solicitation
 
NAICS
333310 —
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-25-R-00201
 
Response Due
8/18/2025 8:00:00 AM
 
Archive Date
09/02/2025
 
Point of Contact
Helaina Germosen
 
E-Mail Address
helaina.k.germosen@faa.gov
(helaina.k.germosen@faa.gov)
 
Description
The Federal Aviation Administration (FAA) requires the capability of an advanced Level D aircraft simulator. This simulator will be used to conduct training and qualification required under Part 135 for Flight Program Operations (AJF) pilots. It will also be used for Aviation Safety Inspector (ASI) training and Aircraft Certification Crew Resource Management programs. The simulator will support the sustainment initiatives for the evolving national aerospace environment. The simulator must be representative of the Beechcraft 360ER aircraft and fulfill the design requirement of the recent FAA Flight Program purchased Textron BE360ER aircraft. The 360ER simulator will provide all levels of pilot training, including initial aircraft qualification training, recurrent qualification training, instrument refresher training, landing and instrument approach re-currency training, emergency procedure training, and crew standardization training. It will be used to validate flight procedures, verify the accuracy of procedure databases, and evaluate flyability and safety of new and amended procedures. The simulator must be Level D certified or equivalent, in accordance with 14 CFR Part 60 and the Qualification Test Guide (QTG) for Airplane Simulator Qualification. Additional requirements include product support, training, and contractor maintenance support after installation. The anticipated period of performance for this requirement will begin at contract award for a Base Period not to exceed five years, with two years for production and installation of the simulator and 3 years for Logistics support. Two option periods are also contemplated. This announcement is a competitive, firm-fixed price negotiated procurement using �Best Value� trade-off process. The North American Industry Classification System code (NAICS) for this procurement is 333310; Teaching machines (e.g., flight simulators) manufacturing. The Product Service Code is � N015 � Installation Of Equipment- Aircraft And Airframe Structural Components As part of our solicitation process, the FAA requests that all vendors submit a proposal that includes a revision to the Government's Performance Work Statement (PWS) or an alternative Contractor's Statement of Work (SOW), as applicable. We are specifically seeking to incorporate industry best practices into the PWS to ensure that it reflects the most current standards and methodologies. In your proposal, please identify any areas where these best practices will be integrated, and provide a detailed explanation of how such integration will enhance the effectiveness and efficiency of the requirements to align with the latest industry advancements. The Vendor will install the simulator onsite at the FAA Mike Monroney Aeronautical Center. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://sam.gov/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2faa79a42e314205862f0654a0bbe70e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07534601-F 20250806/250804230043 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.