King Air 360ER Full Flight Simulator – Purchase, Install, and Support
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 Federal Aviation Administration (FAA) is soliciting proposals for the purchase, installation, and support of a King Air 360 Extended Range (ER) Full Flight Simulator (FFS). This unrestricted opportunity seeks a Level D FFS to be located at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK, supporting regulatory training and aviation safety. The contract will be awarded to the lowest-price technically acceptable (LPTA) offeror. Proposals are due by April 8, 2026, at 4:00 PM Central Time.
Project Overview
The FAA requires a Level D Beechcraft 360ER Full Flight Simulator that complies with 14 CFR Part 60 and its Change 2. The simulator will be used for 14 CFR Part 135 training and checking for AJF pilots, as well as currency and proficiency for Aviation Safety (AVS) participants. The project also includes the removal of an existing Airbus A330 simulator.
Scope of Work & Deliverables
The contract encompasses both an Installation Phase and a Post-Installation Support Phase. Key requirements include:
- Installation Phase (Firm Fixed Price): Program management, site preparation, simulator production, and installation. Delivery of this phase is not to exceed 24 months.
- Post-Installation Support Phase: Post-installation support fee (FFP), non-recurring 4-hour block of services (FFP), non-recurring services and materials (Time and Materials), travel (Cost Reimbursable), and data (Not Separately Priced).
- Simulator Specifications: Must include Proline Fusion Avionics Package, Autothrottle, electric motion actuators, a minimum of four seats, and specific software capabilities for advanced training scenarios (e.g., Upset Prevention and Recovery Training, Windshear, Airframe Icing).
- Maintenance: Contractor responsible for maintenance, spare parts, and engineering support, ensuring a 95% availability rate for scheduled FAA training.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price, Time and Materials, and Cost Reimbursable components.
- Period of Performance: A 5-year base period, followed by a 3-year Option I, and a 2-year Option II, totaling a potential 10 years.
- Estimated Total Value: $1,365,407.00 (Base: $539,104.00, Option I: $475,782.00, Option II: $350,521.00).
- Minimum Guarantee: $10,000.00.
- Set-Aside: This is an open and unrestricted competitive award process. Large business offerors are required to submit a Small Business Subcontracting Plan.
Key Dates & Actions
- Q&A Period Closes: March 16, 2026, 4:00 PM Central Time.
- Site Visit RSVP Deadline: March 16, 2026, 4:00 PM Central Time.
- Pre-Bid Site Visit: March 19, 2026, 8:00 AM Central Time, at 6500 S MacArthur Blvd, Oklahoma City, OK. RSVP is required for site access.
- Proposal Submission Deadline: April 8, 2026, 4:00 PM Central Time.
Submission & Evaluation
Offerors must submit a complete SIR Document, Attachment 02 Schedule B Price List, Organizational Experience Questionnaire (OEQ), Simulator Design, and Technical and Management Approach. Proposals will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, considering administrative matters, past performance, technical approach, and price. Offerors must be registered in SAM.
Important Notes
The FAA's acquisition regulation is the Award Management System (AMS), not FAR. Interested vendors should continuously monitor SAM.gov for updates and amendments. Costs incurred in proposal development are at the offeror's risk. The U.S. Department of Labor's Wage Determination No. 2015-5315, Revision No. 28, applies to this contract for labor costs in Oklahoma.