Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2025 SAM #8516
SOURCES SOUGHT

J -- The Annual Maintenance & Engineering Support for Aircraft Cabin Research & Safety Management Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM)

Notice Date
3/19/2025 7:32:30 AM
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
6973GJ NON-FRANCHISE ACQ SVC OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
25-FLEXSIM
 
Response Due
4/21/2025 1:00:00 PM
 
Archive Date
05/06/2025
 
Point of Contact
Kimberly Sites, Phone: 405-954-7755
 
E-Mail Address
kimberly.sites@faa.gov
(kimberly.sites@faa.gov)
 
Description
The Annual Maintenance & Engineering Support for Aircraft Cabin Research & Safety Management Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM) REFERENCE: REQUEST FOR INFORMATION / SOURCES SOUGHT ANNOUNCEMENT The Federal Aviation Administration (FAA) Aviation Safety (AVS) Office of Aerospace Medicine (AAM) Civil Aerospace Medical Institute (CAMI) Aerospace Medical Research & Safety Management Division (AAM-600) has a follow-on requirement estimated June 2026-2031 to establish a five (5) year contract in support of the governments Aircraft Cabin Research Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM) Aero Maintenance & Upgrade Agreement in accordance with the Statement of Work. Newton Design, LLC (Catoosa, OK) is the Original Equipment Manufacturer (OEM). The ACRF FLEXSIM is a multi-system/component facility, integrated to support a range of research activities related to narrow-body transport aircraft cabin operations. The wide range of functions provided by the ACRF FLEXSIM, combined with advancements in the state-of-the-art in simulator technology and associated equipment, provides the research test bed for evaluation of aircraft equipment and procedures in emergency scenarios. The ACRF FLEXSIM is comprised of a ACRF FLEXSIM, having a reconfigurable interior with material handling access to facilitate reconfiguration of the cabin interior and exits, an integral Research Operating Station (ROS) housing the Data Acquisition System (DAS) with viewing monitors, a Computer Control System, electronics cabinets, and system controls. The ACRF FLEXSIM interfaces with an exterior Attitude Positioning System (APS), secured in a sub-level concrete pit, controlled from an external kiosk (APSK), and functionally integrated with an associated Storage Unity (SU) used for storage of FLEXSIM subcomponents and equipment (e.g., floor modules, door modules, component spares, material handling equipment, research equipment and supplies, etc.). The SU interior includes an enclosed, secure interior sub-storage unit (SSU) with capabilities for audio communication with the ROS and ACRF FLEXSIM interior. ACRF FLEXSIM systems, sub-systems, and/or components are weatherproof and impervious to birds, varmints, etc. The ACRF FLEXSIM is also equipped with external perimeter lighting, located at each corner of the ACRF FLEXSIM facility to allow research use of the facility at night. This notice is a Request for Information (RFI)/ and to Sources Sought announcement only and will be used for preliminary planning purposes and to identify competition is the marketplace. This announcement is not a Screening Information Request (SIR) or Solicitation for Offerors (SFO) and should not be construed as such. As such, the government is seeking interested parties with knowledge, capability and experience with the Federal Aviation Administration Software Security Assessment and ongoing Administration to meet the requirements outlined in the attached SOW. In accordance with AMS Policy 3.2.2.31.2.1, an RFI/ sources sought notice is hereby posted on the SAMS.gov opportunities website with a draft statement of work. The acquisition strategy for the procurement has not been determined at this time. Responses to this announcement will be used to finalize the acquisition strategy. Respondents to this Announcement should note that � A. This is not a Screening Information Request or Request for Proposals of any kind. B. The FAA is not seeking or accepting unsolicited proposals. C. The FAA will not pay for any information received or costs incurred in preparing the response to the announcement; and D. Any costs associated with the announcement submittal is solely at the interested vendor�s expense. E. All vendors responding to this announcement are responsible for ensuring that documents submitted contain the appropriate proprietary marking. F. The responses to this announcement will be used for information purposes and may be used to assemble a list of potential vendors. The failure to respond to this announcement WILL NOT disqualify an entity from further consideration in connection with any future procurement. G. The FAA reserves the right to use the information received in response to this announcement to make decisions relative to defining requirements for future FAA solicitations. H. At the FAA�s discretion, respondents may be provided an opportunity to discuss information contained in its response to this announcement. The FAA, at its discretion, may determine if this opportunity will be offered to all, some, or none of the respondents. All information provided in response to this announcement may be subject to Freedom of Information Act (FOIA). Any proprietary or sensitive information should be clearly marked with appropriate restrictive language. I. This announcement is not intended to guarantee a procurement associated with the attached and must not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses to this announcement and will not reimburse any firm for cost incurred in responding to this public. Announcement responses will not be returned. Since this is an RFI/sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the SAM.gov Contract Opportunities web page. It is the vendor�s responsibility to monitor this site for the release of the solicitation. Note: The FAA's policies and guidance published in the Acquisition Management System (AMS) references cited in SAM.gov are applicable to the FAA AMS Attached is a draft of the Statement of Work (SOW). Respondents are encouraged to review the statement of work and provide comments. ***No Phone Calls Please*** All responses to this Sources Sought/Request for Information must be received by 3:00 P.M, Central Time on April 21, 2025 All questions and submittals should be submitted electronically to: Email: kimberly.sites@faa.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/60c7422a723749429878485e6a2560ad/view)
 
Place of Performance
Address: Oklahoma City, OK 73169, USA
Zip Code: 73169
Country: USA
 
Record
SN07378335-F 20250321/250319230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.