Search Contract Opportunities

MARKET SURVEY: The FEDERAL AVIATION ADMINISTRATION (FAA) AIRBUS A220 Recurrent Flight Pilot Training

ID: 6973GH-25-R-AIRBUS-A220 • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

MARKET SURVEY for the Procurement of AIRBUS A220 Recurrent Flight Training

NO PHONE CALLS PLEASE. SUBMIT ALL QUESTIONS IN WRITING TO THE CONTRACTING OFFICER VIA EMAIL. Contact information below.

This is a Market Survey to attain information, comments, and capabilities from industry in accordance with FAA Acquisition Management System (AMS) Policy that will aid in the formation of an acquisition strategy and award for the procurement of initial and recurrent ground school, and flight training for the Airbus A220 Recurrent Pilot Qualification Training for flight time, flight simulation training device, full flight simulator, and flight training device.

Responses to this Market Survey will be used for informational purposes only. This is not a screening information request or a request for proposals of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this Market Survey. Therefore, any cost associated with the Market Survey submission is solely at the interested vendors' expense.

Interested firms must be registered in the System for Award Management at (www.SAM.gov) to eventually receive consideration at the time of the SIR and for any award.

At this time, the nature of the competition has not been determined for this effort. The Government seeks to award a one-time Firm-Fixed-Priced contract for the above-referenced training. The FAA may decide to do a full and open competition or set aside for small businesses, service-disabled veteran-owned small businesses or other eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program.

Under Title 49 of the United States Code (49 U.S.C.), the FAA is authorized to train employees as necessary in the exercise and performance of the powers and duties of the Administrator. The interests of the public, the safety of the workforce, and the credibility of the organization are best served by having qualified, proficient, and current pilots and inspectors conducting surveillance, testing, and checking functions.

The principal North American Industry Classification System (NAICS) code for this effort is 611512; Flight Training.

Vendors shall address the following components within their submittal:

1. Company Information:

Please provide your

SAM Unique ID

SAM.gov registry status (a screenshot is acceptable as proof of registry)

Specify if you are a Large or Small business

  • If Small Business; please define your status (e.g., 8a, woman-owned, veteran-owned, etc.)

Point of contact, which include: name, title, telephone number, business address, and email address

Primary NAICS provided on previous contracts

Number of years in business

2. Requirements/Scope:

See Attached DRAFT Performance Work Statement (PWS)

Please ensure your response covers, at a minimum, the capabilities for all requirements called out in the PWS.

Interested Vendors shall provide insight as to how they meet the training requirements of the PWS in its entirety and provide information on the courses (to include length of the course (hours/days)) required for completion of each type of training. This request is to aid the FAA with the formation of an acquisition strategy and for budgetary purposes. The FAA anticipates this training will be Firm-Fixed-Price.

The FAA requires the following be clearly addressed to include an answer to the inquiry and a brief discussion that is not limited to how, what, when, or why. Page count (not including cover) for this information is limited to 20 pages (81 2x11 one-sided), 12 font (Times New Roman), with a minimum of 1-inch margins)

About your organization :

1. Does your organization currently hold FAA approved training program(s) for the aircraft type(s) listed in the attached Draft PWS?

  1. When required per a SIR, the approved program(s) must include a course syllabus, including proposed additions/changes, in sufficient detail to determine compliance with the minimum hourly requirements of the effort.
  2. What is the current facility capacity/capability for students within your organization
  3. Ability to meet regulatory requirements relating to:
    1. Workspace Safety
    2. Environmental Impact
    3. Quality Assurance
    4. Programmatic and personnel changes
    5. Classroom/Training Facility Security
  4. Capability Statement This document should identify:
    1. Type of training provided by your firm for the aircraft
    2. Number of years in business
  5. Geographic area where training will be provided
  6. Expected approach Respondents must provide their strategy for accomplishing this work.

3. Submission Time:

All responses to this Market Survey should be received by 2:00p.m. Central Standard Time, Thursday, September 4, 2025 electronically to the Contracting Officer using the following email address: michele.d.mustin@faa.gov. Please include Market Survey Response: Airbus A220 Recurrent Pilot Trng in the subject line of your email. Information provided will not be released however please appropriately mark PROPRIETARY on any of your documentation submitted as necessary.

Please be reminded that this Market Survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. The FAA will not reimburse your organization for any direct, indirect costs or other charges that arise as a result of submission(s) in response to this Market Survey and the FAA's subsequent use of such information.

Background
The Federal Aviation Administration (FAA) is conducting a Market Survey to gather information and capabilities from industry regarding the procurement of initial and recurrent ground school, and flight training for the Airbus A220 Recurrent Pilot Qualification Training. This initiative aims to ensure that FAA employees are qualified, proficient, and current in their roles, thereby enhancing public safety and organizational credibility. The FAA is authorized under Title 49 of the United States Code to train employees as necessary for the performance of their duties.

Work Details
The contractor will provide Recurrent Ground School, Flight Training Device (FTD), and Full Flight Simulator (FFS) training for one FAA Flight Standards pilot in the Airbus A-220 aircraft. The training must meet FAA formal flight training requirements, which include:
1. Providing a current copy of course student materials annually for validation against training requirements.
2. Ensuring that if course objectives change or significant content updates occur, an updated copy of the course must be provided with a summary of changes.
3. Training must comply with congressional requirements set forth in the Current Consolidated Appropriations Act, ensuring that all technical training meets identified needs without inducing high levels of emotional response or psychological stress.
4. The contractor must utilize an approved training program as specified by FAA regulations, allowing unrestricted recurrent type rating training in a Level C or D full flight simulator without requiring aircraft flight time.
5. The contractor should account for modifications to the number of hours required to complete this training for a single pilot and ensure that all simulator time is considered 'wet', including necessary instructor hours.

Place of Performance
Training will be conducted at the contractor's facility capable of providing FAA-approved training programs.

Overview

Response Deadline
Sept. 4, 2025, 3:00 p.m. EDT Due in 1 Days
Posted
Aug. 20, 2025, 6:51 p.m. EDT
Set Aside
None
Place of Performance
Oklahoma City, OK 73169 United States
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Odds of Award
28%
Signs of Shaping
52% of similar contracts within the Federal Aviation Administration had a set-aside.
On 8/20/25 Acquisitions & Business Services issued Sources Sought 6973GH-25-R-AIRBUS-A220 for MARKET SURVEY: The FEDERAL AVIATION ADMINISTRATION (FAA) AIRBUS A220 Recurrent Flight Pilot Training due 9/4/25. The opportunity was issued full & open with NAICS 611512 and PSC U008.
Primary Contact
Name
Michele Mustin   Profile
Phone
(405) 954-7879
Fax
(405) 954-0042

Documents

Posted documents for Sources Sought 6973GH-25-R-AIRBUS-A220

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought 6973GH-25-R-AIRBUS-A220

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 6973GH-25-R-AIRBUS-A220

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 6973GH-25-R-AIRBUS-A220

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 6973GH FRANCHISE ACQUISITION SVCS
FPDS Organization Code
6920-6973GH
Source Organization Code
500000011
Last Updated
Aug. 20, 2025
Last Updated By
michele.d.mustin@faa.gov
Archive Date
Sept. 30, 2025