Bid Date: 2026-01-14
Project Description:
Item: Avotek Anti-Skid Brake Training System Model #AL37 or equivalent
Technical Specifications:
The proposed equipment must meet or exceed the following specifications of the Avotek AL37:
1. System Architecture: Must be based on the anti-skid system of a modern executive jet.
2. Operational Capability: Must demonstrate features of transport-category aircraft anti-skid
systems.
3. Fault Simulation: Must include Instructor’s Panel for simulating system faults to
facilitate student troubleshooting exercises.
4. Hydraulic System: Must be a complete, self-contained hydraulic system including all plumbing,
reservoirs, and accumulators.
5. Wheel/Brake Assembly: Must include functional aircraft wheels and brake units.
6. Power Requirements: Standard 220V AC operation.
7. Mobility: The unit must be mounted on a heavy-duty, mobile metal stand with locking casters.
Required Deliverables:
The selected vendor shall provide:
1. Documentation: Comprehensive User’s Manual, Study Guide, and Instructor’s Guide.
2. Schematics: Detailed electrical and hydraulic system schematics for classroom instruction.
3. Warranty: Minimum one-year manufacturer\\\'s warranty on all components.
4. Shipping: F.O.B. Destination to Airport Training Center Aeronautics Maintenance
Technology, 140 Iako Place, Building 52, Honolulu, Hawaii 96819
5. The unit must be delivered fully assembled and tested
Item: Avotek Dual 12V Electrical Training System or equivalent
Technical Specifications:
The proposed unit must meet or exceed the following capabilities of the Avotek Dual 12V system:
Dual Power Sources: Must include two (2) 12V DC batteries and two (2) charging systems
(alternators/generators) to demonstrate load sharing and redundancy.
Component Diversity: Must feature a wide array of functional aircraft electrical
components, including but not limited to:
1. Landing and Taxi lights
2. Navigation and Strobe lights
3. Pitot Heat simulation
4. Fuel Pump and Starter motors
Control and Monitoring: Must include a full cockpit‐style master switch panel, circuit breakers, and bus bars (Main, Avionics, and Essential).
Instrumentation: Must feature functional Ammeters and Voltmeters for real‐time system monitoring.
Fault Insertion: Must include an integrated instructor’s panel to simulate common electrical
failures (e.g., broken grounds, shorted components, or failed regulators).
Construction: Must be a vertical, \\\"open‐frame\\\" layout for easy visibility and access during
classroom demonstrations, mounted on a mobile, locking stand.
Training & Curriculum Compatibility
The proposal must demonstrate how the equipment supports FAA Part 147 General Subject
Area 4 (Basic Electricity) and Airframe Subject Area 11 (Electrical Systems).
1. Troubleshooting: The system must allow students to use Multimeters and Oscilloscopes
to diagnose \\\"live\\\" circuits.
2. Schematics: The vendor must provide high‐quality wiring diagrams that match the
physical layout of the trainer.
3. Assembly: State whether the unit is shipped “Turn‐key” (fully assembled) or requires onsite
setup.
4. Documentation: Comprehensive User’s Manual, Study Guide, and Instructor’s Guide.
5. Warranty: Minimum one‐year manufacturer\\\'s warranty on all components.
6. Shipping: F.O.B. Destination to Airport Training Center Aeronautics Maintenance
Technology, 140 Iako Place, Building 52, Honolulu, Hawaii 96819
Special Instructions
The equipment must be brand new. Equipment must have original manufactures warranty.
Refurbished equipment NOT acceptable.
Delivery must be during normal business hours MaEURF 7:45am - 4:30pm close on State and
Federal Holidays and within 90 days After PO is received.
Delivery will be at Bld 52, 1st Flr
Input Shipping/Handling and Taxes in the appropriate lines.
Shipping will be FOB Destination.
Total Price Must include All applicable costs including shipping/delivery/handling and
taxes.
Partial bids not accepted.
Provide adequate delivery support to unload heavy items.
NO PHONE CALLS - Please contact by email if you have any questions.
Please indicate a reason if “No Bid” is submitted.
All substitutions are subject to prior approval.
For items requesting “equivalency” consideration, please email your proposal by January
5, 2026 and explain how your proposed equivalent item meets each specification identified
on the RFQ. We shall provide a determination by January 8, 2026.
We reserve the right to determine equivalency.
CERTIFICATE OF VENDOR COMPLIANCE*
*Under Hawaii law (103DaEUR310(c), HRS), vendors must provide proof of compliance in order to
receive a contract worth $2,500 or more with state and county government entities in Hawaii.
Vendors current status MUST be listed as COMPLIANT.
No attachments have been added to this solicitation.