Opportunity

SAM #260310163610

Heavy Aircraft Simulator Services for USAF Test Pilot School

Buyer

AFTC

Posted

April 15, 2026

Respond By

May 01, 2026

Identifier

260310163610

NAICS

611512, 532411, 541690

The U.S. Air Force Test Pilot School (TPS) at Edwards Air Force Base is seeking contractor support for heavy aircraft simulator services to enhance pilot training and evaluation. - Government Buyer: - United States Air Force, Air Force Test Pilot School (TPS), Air Force Test Center (AFTC), FA9304 AFTC PZZ - OEMs and Vendors: - Boeing (wide-body aircraft simulators) - Airbus (wide-body aircraft simulators) - No specific vendors named; OEMs referenced as simulator types - Products/Services Requested: - Access to two full-motion, Level-D flight simulators: - One Boeing wide-body simulator (>300,000 lbs MTOW) - One Airbus wide-body simulator (>300,000 lbs MTOW) - Both simulators must be located at the same facility for side-by-side comparison - Newest models preferred; narrow-body simulators may be considered if wide-body unavailable - Instructor pilot/simulator operator services for in-simulator instruction, pre/post-flight briefings, and support for test management projects - Standby days for late cancellations or unused instructional services - Unique or Notable Requirements: - Simulators must support a wide range of maneuvers and evaluations, including general flying, takeoff/landing, flight control system evaluation, stall characteristics, envelope protection, warning systems, aircraft automation, and historical airline crash/emergency scenarios - Contractor must provide qualified instructor pilots/operators and meet performance thresholds for instruction effectiveness and simulator availability - Services are required for two execution windows per year, corresponding to TPS Alpha and Bravo classes - Registration in SAM.gov is required for contract eligibility - Place of Performance: - Edwards Air Force Base, California

Description

This is a Sources Sought Synopsis and Request for Information (RFI) announcement to afford industry an opportunity to provide information regarding their capabilities to provide commercial items and services. This is not a Request for Quotation (RFQ) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the U.S. Government to form a binding contract. USAF Test Pilot School is looking to award a one-year Purchase Order to vendors who can provide Heavy Aircraft Simulator Services to support staff evaluation and qualitative evaluation flights. Requirements: 1. Test Pilot School (TPS) is requesting 

A Boeing Wide-Body (>300,000lbs MTOW) full-motion, Level-D simulator. An Airbus Wide-Body (>300,000lbs MTOW) full-motion, Level-D simulator. The simulators are required to be in the same location to allow students and faculty to complete a side-by-side comparison of the aircraft on the same day. The newest models of Boeing and Airbus aircraft are highly desired. If an aircraft >300,000lbs MTOW is unavailable, USAF TPS reserves the right to satisfy syllabus requirements with a narrow-body simulator at the request of the contractor. Maneuvers and evaluations, which may include but are not limited to: General flying and handling qualities. Takeoff performance (heavy weight configurations, engine-out, low RCR, etc.). Takeoff speed development (VMCA, VMCG, VMU). Flight control system evaluation (normal and degraded modes). Stall characteristics and recovery. Envelope protection modes (stall, overspeed, pitch & roll limits/rates). Warning systems (EGPWS, CFIT, windshear, etc.). Landing performance (engine-out, low/zero visibility, crosswinds, degraded flight controls, no‑flap, etc.). Aircraft automation and flight management system during departure, cruise, arrival, and reroute. Aircraft electronic checklist and takeoff manifest data integration during preflight. Aircraft electronic checklist during a complex EP, such as hydraulic failure. Additional training in historical airline crashes and emergencies.

2. Use of Heavy Simulators in TPS Test Management Projects (TMP)

TMPs are team-based training events that are ongoing through the second semester of the TPS curriculum. TMPs can be any real-world test, and although they often include testing developmental sensors, datalinks, weapons, or software modifications on military aircraft, they could also focus on other types of testing with civil aircraft. The Government may request the use of simulators in the development, research, and/or execution of these TMPs. TPS students and staff shall occupy the simulators while it supports TMPs.

3. The Period of Performance for this is one (1) year from award.

The AFTC anticipates awarding a contract under the associated North American Industry Classification System (NAICS) code 611512 with a standard size of $34,000,000 dollars and a Product Service Code (PSC) of U099. A Purchase order contract lasting one (1) year will be contemplated. System for Award Management (SAM.gov) registration is mandatory for this contract (see SAM.gov website at (https://sam.gov/content/home). Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition strategy. If sufficient responsible and capable sources are identified, a formal RFP will be posted on SAM.gov.

Interested parties are requested to furnish a capability statement detailing their capabilities to provide these services, including highlights of experience on similar government or commercial contracts/ agreements. In addition, please indicate the following:

Business size (Large or Small) Cage Code/Duns A list of any contracts or agreements similar in nature including:  

Program/ project name Contract number or other identifiers Administering office/address Point of contact with the current telephone number/ Email Address

The AFTC will not pay for information or comments provided and will not recognize any cost associated with submission of comments. Please provide your response in Microsoft Word or a Microsoft Word compatible format. Submissions should be to the point and no more than 10 double space pages. Responses shall not be proprietary and will be unclassified. Interested vendors should submit responses no later than 1 May 2026 by 16:00pm Pacific Daylight Time (PDT). Replies to this RFI should be sent via email to: Carlos Barrera; carlos.barrera.8@us.af.mil

View original listing