6973GH-24-R-00180, AVS Safety, Analytical and Technical Support Services

SOL #: 6973GH-25-R-00221Combined Synopsis/Solicitation

Overview

Buyer

Transportation
Federal Aviation Administration
6973GJ NON-FRANCHISE ACQ SVC
OKLAHOMA CITY, OK, 73125, United States

Place of Performance

Oklahoma City, OK

NAICS

All Other Professional (541990)

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 20, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 23, 2026, 8:00 PM

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 AVS Safety, Analytical and Technical Support Services (SATSS) II under Solicitation (SIR) 6973GH-25-R-00221. This is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, combining Firm-Fixed Price (FFP) and Time and Materials (T&M) delivery orders. The primary goal is to support the FAA's Associate Administrator for Aviation Safety (AVS) in promoting operational safety and certifying aviation competency. Proposals are due March 23, 2026, by 1500 CT.

Scope of Work

The contractor will provide administrative, analytical, and technical subject matter expert services to AVS. Key support areas include: Safety and Capacity Improvements, New Flight Technology and System Engineering, Business Processes, Program Management, Information and Data Analysis, AVS portfolio investment management, Unmanned Aircraft Systems (UAS) integration, Operational Concepts, Communication, Navigation, and Surveillance (CNS) Standards, Instrument Flight Procedures, All Weather Operations, Aviation Safety Inspector Support, Aviation Weather Initiatives, Data and Aeronautical Communications, NAS plan, research, and development, Flight simulation capabilities, ADS-B/Multilateration support, new aircraft/air traffic enhancements, NAS trend forecasting, safety analysis methodologies, regulatory/guidance material updates, Safety Management System (SMS) transition, common safety framework development, and aviation safety expertise for assessments.

Services will be performed at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, Oklahoma, FAA facilities in Washington, D.C., and other designated FAA facilities.

Contract Details

  • Contract Type: IDIQ with FFP and T&M delivery orders (approximately 90% FFP).
  • Duration: One base year (tentatively August 20, 2026, to August 19, 2027) with four one-year option periods.
  • NAICS Code: 541611 (Administrative Management and General Management Consulting Services).
  • Set-Aside: None specified. Small business subcontracting plans are required for subcontracts exceeding $750,000.
  • Product/Service Code: R425 (Engineering And Technical Services).

Submission & Evaluation

  • Submission: Electronically via email to cynthia.cooper@faa.gov.
  • Evaluation: "Best value" basis, prioritizing Technical Proposal (Factor 1), followed by Past Performance/Experience (Factor 2), and then Cost/Price (Factor 3).
  • Proposal Requirements:
    • Technical Proposal (Factor 1): 75-page limit, excluding Key Personnel resumes. Resumes have a separate 3-page limit per resume.
    • Teaming Arrangements: Executed teaming agreements are required in Volume I, Contract Documentation, and must be detailed in the Technical Proposal (Sub-factor 1.1). The requirement for a single compensation plan across teaming partners has been removed.
    • Past Performance (Factor 2): Volume III has no page limitation. Past Performance Surveys (PPS) are required (not CPARS), due March 23, 2026. Recency requirement is the last five years. Offerors are limited to one in-progress contract for past performance, which must have at least one year of completed performance.
    • Labor rates are to be based on the geographic location of Washington, DC.

Key Dates

  • Offer Submission Deadline: March 23, 2026, by 1500 CT.
  • PPS Forms Due: March 23, 2026.
  • Base Period Start (tentative): August 20, 2026.

Amendments

  • Amendment 0001: Revised teaming arrangements, clarified page limits for resumes, updated subcontracting plan reference, corrected period of performance, superseded Attachment 1 Section B, and corrected PPS forms due date.
  • Amendment 0002: Incorporated Questions and Answers 61-66, confirming the proposal due date and base period of performance, and clarifying the NAICS code to 541611.

People

Points of Contact

Cynthia CooperPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View
6973GH-24-R-00180, AVS Safety, Analytical and Technical Support Services | GovScope