Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2024 SAM #8376
SOURCES SOUGHT

99 -- SOURCES SOUGHT FOR FAA BE360ER FULL FLIGHT SIMULATOR

Notice Date
10/31/2024 4:57:22 AM
 
Notice Type
Sources Sought
 
NAICS
333310 —
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-25-R-B360ER-FFSIM
 
Response Due
11/8/2024 12:00:00 PM
 
Archive Date
11/23/2024
 
Point of Contact
Helaina Germosen
 
E-Mail Address
helaina.k.germosen@faa.gov
(helaina.k.germosen@faa.gov)
 
Description
AMEND-001� /� 31 OCT 2024 This notice is to amend the due date for responses to this Sources Sought posting. The response deadline is now extended to 2:00 PM CST on November 8, 2024. *** End of Amend-001 *** Introduction and Purpose The Federal Aviation Administration (FAA) requires the capability of an advanced Level D aircraft full flight simulator (FFS). This simulator will be used to conduct training and qualification required under Part 135 for Flight Program Operations (AJF) pilots. It will also be available for Aviation Safety (AVS) participants in the FAA Flight Program for Aviation Safety Inspector (ASI) currency/proficiency and training, as well as and Aircraft Certification Service Flight Test Crew Resource Management programs. The simulator will also be available for research and support 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 simulate validation of flight procedures, verification of the accuracy of procedure databases, and evaluation of the flyability and safety of new and amended procedures.� An additional training objective will be to provide mission training capability for various AJF missions and tasks including possible integration of the Modular Mission System (MMS) operation into crew training. The simulator must be qualified as a Level D Full Flight Simulator (FFS), in accordance with 14 CFR part 60 and the Qualification Test Guide (QTG) for Airplane Simulator Qualification.� The simulator must also be qualified to meet 14 CFR part 60, Change 2 to include qualification standards for extended envelope and adverse event weather training tasks. Additional requirements include product support, training, and optional contractor maintenance support after installation. The anticipated period of performance for this requirement will begin at contract award for a period not to exceed two years for production and installation of the simulator and five (5) one-year option periods.� Disclaimer A Screening Information Request (SIR)/Request for Offer may be made under a separate announcement in the future. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing vendor responses to this market survey. Therefore, any cost associated with a market survey submission is solely at the interested vendor expense. North American Industry Classification System (NAICS) Code The principle NAICS code projected for the procurement is, 333310 Teaching machines (e.g., flight simulators) manufacturing. Capability Statement Interested sources are to provide a description of your business to include company size (large, small, number of employees, etc.); nature of the business; small business designation, if applicable; years in business; and registered North American Industry Classifications (NAICS) codes.� Interested sources must provide examples of relevant experience with requirements like those as described in the attached PWS.� Interested sources are to provide detailed information about potential subcontracting efforts to partially support this requirement, including the area being considered. Additionally, interested sources should respond with information to confirm their qualifications and capabilities to meet the requirements as outlined in the PWS. The FAA requests that vendors provide a Capability Statement and responses to the items below that demonstrates your capability to provide an advanced Level D aircraft simulator and corresponding services. Level D aircraft simulator, including installation, training, and maintenance. Provide samples of each. Experience with SIM production, installation, and maintenance. Incorporation of special mission requirements, such as integration of the FAA Modular Mission System (MMS) and/or Mission Specialist/Flight Test Engineer station.�� Collins Aerospace BCU-4000 and a set of five push button annunciators to allow offset ILS operations. Experience incorporating 14 CFR part 60, Change 2 to include qualification standards for extended envelope and adverse event weather training tasks. Multiple observer (2 pilots, 1 instructor plus 1 or 2 observer stations minimum). Customizable control screens, accessible from inside the cab and in the �ground station� (control room), that can be program/office specific. On board camera(s) and screen repeaters for display in the ground station (control room) that includes recording capability. Two-way communication from the cab with the ground station (control room). Simulated Air Traffic Control Communications Environment. High level architecture capability to link with other training devices. Performance Work Statement Feedback The FAA requests that vendors provide feedback to the FAA�s draft PWS.� This should include any suggestions for changes to requirements for production, installation, and other services detailed.� The FAA is seeking industry best practices, please indicate where and how this can be maximized in the PWS. The FAA would also like to determine if it is more beneficial to have the logistics portion as a separate contract for ongoing support after production and installation.� Rough Order of Magnitude FAA requests a rough order of magnitude (ROM), and potential payment terms.� Please breakdown as many of the elements below as possible to assist with planning efforts.� Program management and initial planning and development efforts (PWS Sections 3.0 and 5.0). Production and installation of the simulator (PWS Sections 5.0, 6.0, 7.0, 8.0, 9.0 and 10.0). Possible integration of the MMS and mission specialist station (PWS 6.3, 7.4, 7.8 and 8.2.6) Logistics support to include maintenance, technical support, technical publications, training, and configuration management support (PWS Section 11.0) Discuss the potential for an exchange of the FAA�s current A330 level D fly-by-wire simulator to include potential exchange value. Estimate of schedule include a critical path for production and installation. Submission Instructions Interested parties must provide responses via email. Responses must be in common electronic writable formats such as Microsoft Word, Excel, PowerPoint, and/or Adobe PDF. �All submittals and any questions for this Market Survey must be e-mailed to the Contracting Officer, Helaina Germosen, at helaina.k.germosen@faa.gov no later than 2:00 PM CST November 04, 2024. NO PHYSICAL COPIES OR PHONE CALLS. Please include �MARKET SURVEY RESPONSE: 360ER Simulator (INSERT COMPANY NAME) in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as appropriate. Interested firms must be registered in the System for Award Management at (www.SAM.gov) to eventually receive consideration at the time of the SIR and for any award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5036f332f11841daa89617ef7767952b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07254733-F 20241102/241031230120 (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.