Falcon 900EX EASy Sim Training (FAA Type Rating Requirement)
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 U.S. Air Force is conducting market research through a Request for Information (RFI) for Falcon 900EX EASy Sim Training to meet an FAA Type Rating Requirement. This effort aims to identify qualified contractors for a potential near-future requirement, with an anticipated contract award in Fiscal Year 2026. Responses are due by April 20, 2026.
Scope of Work
The Government seeks comprehensive pilot training programs for the Dassault Falcon 900EX EASy aircraft, leading to an FAA type rating. Key requirements include:
- Initial and recurrent pilot training.
- Training must cover the Falcon 900EX aircraft with the Enhanced Avionics System (EASy).
- Curriculum to include ground school, Level C or D full-flight simulator training, normal/emergency procedures, and specialized modules (e.g., steep approach).
- Potential for peripheral crew training (maintenance, special mission aviators, dispatcher).
Contract & Timeline
- Type: Sources Sought (RFI). Anticipated contract type is Firm-Fixed-Unit-Price (FFUP), consumption-based with a minimum guarantee and ceiling.
- Set-Aside: None specified for this RFI, but the NAICS code is 611512 with a small business size standard of $34.0 million. Industry is requested to indicate business size and socio-economic categories.
- Response Due: April 20, 2026, by 5 P.M. (CST).
- Questions Due: April 15, 2026, by 5 P.M. (CST).
- Published: April 14, 2026.
Information Requested from Industry
Respondents should provide:
- Company details (Name, CAGE, DUNS/UEI, ownership).
- Primary Points of Contact.
- Relevant contract vehicles (DoD/GWACs).
- Suggested NAICS codes, business size (LARGE/SMALL), and socio-economic categories.
- Syllabus (marked as proprietary), quick execution capability statement, simulator availability, and training slot availability.
- Experience with similar projects (description, contract number, period of performance, prime/subcontractor role, dollar value, scope).
- Suggestions for enhancing the procurement and comments/recommendations on the attached AEMI Draft Performance Work Statement.
Additional Notes
This is for market research only; the Government is not soliciting proposals and will not pay for any costs incurred in responding. Proprietary information will be protected. Submit responses via email to the designated POCs.