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 requires a turnkey solution to be located at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK. The contract will be awarded to the lowest-price technically acceptable offeror. Proposals are due by April 15, 2026.
Scope of Work
The FAA requires a Level D Beechcraft 360ER Full Flight Simulator that complies with 14 CFR Part 60 for Part 135 training and checking, and supports Aviation Safety (AVS) for currency and proficiency. The scope includes:
- Procurement, production, and installation of the FFS, accurately replicating the Beechcraft 360ER with specific avionics (Proline Fusion, Autothrottle) and software capabilities (Upset Prevention and Recovery Training, SMGCS, etc.).
- Provision of product support, training, and contractor maintenance, ensuring a 95% availability rate for scheduled FAA training.
- Removal of the existing Airbus A330 simulator.
- Contractor responsibility for site preparation, installation, and all software maintenance.
Contract Details
- Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price, Time and Materials, and Cost Reimbursable components.
- Duration: A 5-year base period, followed by a 3-year Option I, and a 2-year Option II, totaling a potential 10-year performance period.
- Estimated Value: Total estimated potential value of $1,365,407.00 across the base and option periods.
- Set-Aside: Unrestricted (Open Competition). Large business offerors must submit a Small Business Subcontracting Plan.
- Minimum Guarantee: $10,000.00.
- Payment Terms: NET30 for all Contract Line Items (CLINs).
Submission Requirements
Offerors must submit a complete proposal by April 15, 2026, at 4:00 PM Central Time. Required documents include:
- Complete SIR Document.
- Completed Attachment 02 Schedule B Price List (in XLS format with visible formulas).
- Completed Organizational Experience Questionnaire (OEQ).
- Simulator Design.
- Technical and Management Approach.
- Large businesses must also submit a formal Small Business Subcontracting Plan. All offerors must be registered in SAM.gov.
Evaluation Criteria
Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Evaluation factors include:
- Administrative Matters.
- Past Performance.
- Technical Approach (Simulator Design, Site Preparation and Installation, Post-Installation Support).
- Lowest Price.
Important Notes
A pre-bid site visit was held on March 19, 2026. Part 1 of the Q&A has been released, clarifying the turnkey nature of the requirement, contractor responsibilities, pricing adjustments, and subcontracting. Offerors are strongly encouraged to continuously monitor SAM.gov for any further updates, amendments, or additional Q&A, especially before final submission.