99 AS G550 GFS Flight Simulator
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The 316th Contracting Squadron (CONS) has issued a Special Notice / Notice of Intent to award a sole source, firm-fixed-price contract to Flight Safety International Inc. for a 99 AS G550 GFS Flight Simulator. This procurement, under the authority of FAR 6.103-1, is not a request for competitive proposals. However, interested parties may submit capability statements demonstrating clear and convincing evidence that they can fulfill the requirements and that competition would be advantageous to the Government. Responses are due by May 22, 2026, 4:30 p.m. EDT.
Scope of Work
The requirement is for one (1) FlightSafety Gulfstream G550 Standard GFS Flight Simulator, including shipping and installation at Andrews Air Force Base, MD, and two years limited warranty. Key features include:
- Physical: 10' wide x 10' long x 8' ceiling requirement, with multiple touchscreen monitors simulating a C-37B (G550) cockpit.
- Essential Components: FlightSafety Current Standard software and licenses (e.g., MATRIX™ Software, Gulfstream G550 Aircraft Systems Software, Honeywell EPIC 34.0.0 Cert H Avionics, FMS Version NZ 7.1.2, Rolls Royce BR710 Engines), Standard FTD structure and hardware, two Simulated Cursor Control Devices (CCD), Standard Host PC, Uninterruptible Power Supply (UPS), and a Portable Instructor Operating Station (IOS) on a Touchscreen Laptop. A standard G550 GFS Spares Package is also required.
- Functions: The simulator must provide a graphically simulated cockpit, auxiliary monitors for control and display, aircraft sounds and aural cues, and support training for Systems Integration, Crew Resource Management, normal/abnormal procedures, and avionics. It must also facilitate FMS programming, Auto-Pilot integration, and provide malfunctions for abnormal situation training.
Contract & Timeline
- Type: Sole Source, Firm-Fixed Price Contract (Commercial Acquisition Procedures)
- NAICS: 611512 (Other Education And Training Services)
- Size Standard: $34.0M
- Set-Aside: None (Sole Source)
- Response Due: May 22, 2026, 4:30 p.m. EDT
- Published: May 6, 2026
- Place of Performance: Andrews Air Force Base, MD
Action Items
This is a notice of intent, not a solicitation. Any response must provide clear and convincing evidence of capability to meet the requirements and demonstrate that competition would benefit the Government. Contractors must be actively registered in the System for Award Management (SAM) at sam.gov.