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) to be located at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK. This is an unrestricted competitive award process, with proposals due by April 8, 2026, at 4:00 PM Central Time.
Purpose & Scope
The FAA seeks a Level D Beechcraft 360ER FFS to support regulatory-required 14 CFR Part 135 training for AJF pilots and provide currency/proficiency for Aviation Safety (AVS) participants. The scope includes procurement, production, and installation of the simulator, ensuring compliance with 14 CFR Part 60 and its Change 2, including extended envelope and adverse event weather training tasks. The contractor will also provide product support, training, and maintenance, and be responsible for the removal of an existing Airbus A330 simulator. Key simulator specifications include Proline Fusion Avionics, Autothrottle, electric motion actuators, and specific software capabilities for Upset Prevention and Recovery Training (UPRT), Full Stall, and various environmental simulations.
Contract Details
The FAA intends to award one (1) Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm Fixed Price, Time and Materials, and Cost Reimbursable components. The contract has a Base Period of five (5) years, followed by Option Period I (three years) and Option Period II (two years), totaling a potential ten (10) years. The minimum guarantee is $10,000.00. Payment terms are NET30. The total estimated potential value of the contract is $1,365,407.00.
Set-Aside & Eligibility
This is an open and unrestricted competition. Offerors must be registered in the System for Award Management (SAM). While not a set-aside, a Small Business Subcontracting Plan is required for large business offerors. The Service Contract Act Wage Determination No. 2015-5315, Revision No. 28 for Oklahoma applies, dictating minimum wage rates and fringe benefits.
Evaluation & Submission
Award will be made to the lowest-price technically acceptable (LPTA) offeror. Evaluation factors include Administrative Matters, Past Performance, Technical Approach (covering Simulator Design, Site Preparation and Installation, Post-Installation Support), and Lowest Price. Proposals must include a complete SIR Document, Attachment 02 Schedule B Price List, a completed Organizational Experience Questionnaire (OEQ), Simulator Design, and a Technical and Management Approach. Specific submittal formats detailed in Section L of the SIR are mandatory.
Key Dates & Events
- Q&A Period Ends: 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 required by March 16, 2026, 4:00 PM CT, to Josh Huckeby (Joshua.D.Huckeby@faa.gov, 405-954-1684).
- Proposal Submission Deadline: April 8, 2026, 4:00 PM Central Time.
Important Notes
The FAA's Acquisition Management System (AMS) governs this procurement. Offerors are strongly encouraged to continuously monitor SAM.gov for all updates, amendments, and Q&A postings.