SOURCES SOUGHT
69 -- One CH-47F and one UH-60M Full Flight Simulator (FFS) to support the Royal Saudi Land Forces Aviation Corps (RSLFAC) training requirements.
- Notice Date
- 9/10/2025 11:29:17 AM
- Notice Type
- Sources Sought
- NAICS
- 333310
—
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KKSAUCH47UH60FFS
- Response Due
- 10/10/2025 10:00:00 AM
- Archive Date
- 10/25/2025
- Point of Contact
- Cory Moore, Phone: 5207250156, Jason N. Holden, Phone: 5207145606
- E-Mail Address
-
cory.l.moore7.civ@army.mil, jason.n.holden.civ@army.mil
(cory.l.moore7.civ@army.mil, jason.n.holden.civ@army.mil)
- Description
- PEO STRI - Sources Sought Notification - Foreign Military Sales (FMS), Flight Simulation Systems DESCRIPTION The U.S Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) is soliciting information regarding potential sources capable of developing, delivering, and supporting high-fidelity flight simulation systems for Foreign Military Sales (FMS) customers. This effort specifically addresses requirements for one (1) CH-47F and one (1) UH-60M Full Flight Simulator (FFS) to support the Royal Saudi Land Forces Aviation Corps (RSLFAC) training requirements. The anticipated performance period for this effort is 5 years, beginning in the fourth quarter of FY27. Given the unique nature of foreign military sales, particularly with respect to funding structures, it is foreseen that foreign customer funds will be utilized for this effort. This contract will require demonstrated expertise in flight simulation technology, rapid response capabilities, and the ability to provide spare parts and comprehensive lifecycle support including Contractor Logistics Support (CLS). The contractor(s) will require familiarity of, and compliance with, International Trafficking in Arms (ITAR) regulations and the Arms Export Control Act (AECA). Prospective contractor personnel supporting on-site activities must possess or be able to obtain a minimum SECRET clearance. BACKGROUND PEO STRI has identified a requirement to support allied nation military readiness through the provision of high-fidelity flight simulation training systems. These systems are critical to maintaining pilot proficiency, reducing training costs, and enhancing flight safety for our FMS partners. The requirement encompasses the design, development, manufacture, delivery, installation, and sustainment of aviation training devices that meet or exceed international training standards. REQUIREMENT A Draft copy of the Statement of Work (SOW) is available upon request for U.S. Department of Defense contractors only. The specific requirements are summarized below: CH-47F Full Flight Simulator (FFS) The requirement includes one (1) CH-47F Full Flight Simulator that will accurately reproduce the flight performance and characteristics of the Royal Saudi Land Forces configured CH-47F (Block I) aircraft through all phases of flight. The FFS will permit the execution of initial and recurring training simulation for both normal and emergency conditions. All emergency procedures documented in the flight manuals will be simulated. The FFS will provide training capability for all pilot and copilot training tasks. The cockpit will be Night Vision Goggles (NVG) compatible. The FFS will have a high resolution, high density geo-specific terrain database. The visual system will provide real time out the window visual scenes of the surrounding environment for the simulated aircraft flight. The visual database will contain a minimum of 10 airfields of which a minimum of 4 of the airfields will be in high resolution. The visual system will display a wide array of environmental effects such as fog, clouds, rain, smoke, dust, and brown out in the visual scene. The FFS motion system shall accurately reproduce all six degrees of freedom (surge, sway, heave, roll, pitch, and yaw) to provide a realistic and immersive simulation experience. The system�s motion cues shall correlate directly with simulated aircraft dynamics and pilot/operator inputs, minimizing perceptual discrepancies and maximizing training effectiveness This requirement also includes technical data for the device, an integrated spare parts package sufficient to support operations for two (2) years (with replenishment prior to the end of the Contractor Logistics Support (CLS) period), operator and maintenance training, training materials, support equipment, and two (2) years of on-site CLS. UH-60M Flight Training Device (FTD) The requirement includes one (1) UH-60M Full Flight Simulator that will accurately reproduce the flight performance and characteristics of the Royal Saudi Land Forces configured UH-60M aircraft through all phases of flight. The FTD will permit the execution of initial and recurring training simulation for both normal and emergency conditions. All emergency procedures documented in the flight manuals will be simulated. The FTD will provide training capability for all pilot and copilot training tasks. The cockpit will be Night Vision Goggles (NVG) Compatible. The FTD will have a high resolution, high density geo-specific terrain database. The visual system will provide real time out the window visual scenes of the surrounding environment for the simulated aircraft flight. The visual database will contain a minimum of 10 airfields of which a minimum of 4 of the airfields will be in high resolution. The visual system will display a wide array of environmental effects such as fog, clouds, rain, smoke, dust, and brown out in the visual scene. This requirement also includes technical data for the device, an integrated spare parts package sufficient to support operations for two (2) years, operator and maintenance training, training materials, and support equipment, with any remaining funds allocated to on-site Contractor Logistics Support (CLS). The Government anticipates the following North American Industrial Code System (NAICS) code for this effort: Sector 33 � Manufacturing 333310 - Commercial and Service Industry Machinery Manufacturing, with an associated size standard of 1,000 employees. Relevant to the manufacture of flight simulation systems. 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 requirements Assess the market's technical capabilities Determine rough order of magnitude on cost and schedule Identify any commercial practices and/or solutions RESPONSE REQUIREMENTS This paper shall be organized into two distinct parts not to exceed 20 pages total. Part One: Company Overview & Capabilities Interested parties shall provide a company overview and its capabilities with respect to the requirement. At a minimum, interested parties should address the following areas of interest: Capabilities: Describe the applicable capabilities of your company and the nature of the products and services you provide as they relate to flight simulation systems. Include contract numbers, a brief description of the work performed, and dates (years) of the performance period. Indicate the NAICS that are applicable to your company and if your company is a large or small business based upon the relevant size standard. Small Business Status: If your company is a small business under one or more of the identified NAICS Codes, and you are interested in participating in this acquisition please provide the following: If your company is a small business, please indicate any applicable socio-economic status [i.e., 8a, Small Disadvantaged Business (SDB), HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB)]. If you intend to be a prime contractor, please describe how you plan on meeting the requirements of FAR 52.219-14, Limitations on Subcontracting. Small businesses considering utilizing a �Similarly Situated Entity� to fulfill these requirements should also include the following information in their response: the entity�s name, Unique Entity ID/CAGE Code, and small business size status under the NAICS code you would assign for their workshare. This information will support market research and set-aside determinations and assist the Government in evaluating capability. Additionally, please describe if you are a manufacturer of these items or how you will comply with FAR 52.219-33, Nonmanufacturer Rule. Please indicate the estimated percentage of work your company would perform as a prime versus the estimated percentage you would subcontract out to other small businesses and large businesses. If you desire to be a subcontractor, please specify the applicable technical areas your firm is interested in supporting (e.g., visual systems, motion systems, software development, instructor station, etc.) and an estimated percentage of the work you could perform as a subcontractor. 3. Past Experience: Describe your company's previous experience (if applicable) with: Aircraft flight simulators (Full Flight Simulator, Flight Training Device) Integration and simulations of Aircraft cockpit components Approach to integrating geo-specific visual databases NVG-compatible simulation systems Operating in a foreign environment and providing FMS-related products/services Obtaining and/or maintaining ITAR compliance For each experience listed above, provide a brief discussion of the technical approaches used to successfully meet the requirement, any risks encountered during performance and how they were successfully mitigated, how your company supported a device/s over its lifecycle, and any cost, schedule, or performance efficiencies realized during performance that benefited the customer. NOTE: Past experience may include sales of similar items to the federal (US), state, local, or other foreign governments, or to the general public. Include contract numbers, a brief description of the work performed, and dates (years) of the performance period. If the submission is silent on FMS experience, the Government assumes the contractor has no prior FMS experience. Lack of FMS experience will not preclude interested parties from participating in the acquisition or submitting a proposal against any resulting solicitation. Technical Capability: Describe your company's technical capabilities in the following areas: Real-time simulation software development Aircraft aerodynamic and systems modeling Visual system technology and database development Motion cueing and control loading systems Instructor/operator station development Technical data package development Training curriculum development Program Management: Describe your company's plan/process for program management, quality assurance, and configuration management as it relates to the development and delivery of complex simulation systems. Rough Order of Magnitude (ROM) Cost: Provide a ROM cost estimate for each simulator. CH-47 Full Flight Simulator (FFS) UH-60M Full Flight Simulator (FFS) Part Two: Execution Strategy Part Two of this submission requires your company's perspective on effective strategies for satisfying this requirement, focusing on real-world and/or conceptual solutions and relevant lessons learned. Please address: Technical Approach: Provide your technical approach for meeting the specified requirements within typical FMS timeline constraints. Risk Mitigation: Describe risk mitigation strategies for international programs. Contractor Logistics Support: Outline your approach to Contractor Logistics Support in a foreign location. Technology Transfer and ITAR Compliance: Provide your strategy for technology transfer and ITAR compliance. Earned Value: Describe any realized or theoretical earned value (e.g., cost, schedule, performance) that may be derived from your proposed strategies. Any recommendations/examples provided in response to this inquiry that endorses, either openly or suggestively, the use of any proprietary, or otherwise protected process, system or device must be disclosed along with the cost/benefit to its utilization/implementation. SUBMISSION FORMAT: Contractors shall include the following information with their submission: A cover page. The cover page should include company name, address, points of contact (including phone numbers and email addresses), Unique Entity Identifier (UEI), and CAGE code. Submissions shall be prepared using Microsoft Word with a font no smaller than standard 12-point font. Each page shall include page numbers and be marked with the company name. Submission shall not exceed 20 pages. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request. The Government may review each submission submitted in response to this SSN. It is advised that all interested vendors submit the most complete and relevant information, as the Government may use the submissions as part of its market research in determining the most appropriate acquisition strategy. All submissions provided in response to this notice shall not contain any classified information. Any proprietary information provided in response to this SSN shall be properly marked. RESPONSE REQUESTED: Interested parties are requested to respond by October 10th, 2025, no later than 1:00 PM Eastern Time (ET) to the Contract POCs and the APM POC via the email addresses provided below: Requests for access to the Draft SOW must be made through the POCs below: ACC - Orlando Contract Specialist: Cory Moore Email: cory.l.moore7.civ@army.mil PEO STRI IPO Technical POC: David Coe Email: david.e.coe.civ@army.mil ACC- Orlando Contracting Officer: Jason Holden Email: jason.n.holden.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/28b1310d2c59488a8b8de4051138b094/view)
- Place of Performance
- Address: SAU
- Country: SAU
- Country: SAU
- Record
- SN07586502-F 20250912/250910230055 (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 |