6973GH-24-R-00180, AVS Safety, Analytical and Technical Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), under the Department of Transportation, has issued a competitive solicitation (SIR 6973GH-25-R-00221) for Aviation Safety (AVS), Analytical and Technical Support Services (SATSS) II. This opportunity seeks a contractor to provide comprehensive administrative, analytical, and technical subject matter expert services to support the FAA's AVS mission. The contract is structured as a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) with a combination of Firm-Fixed Price (FFP) and Time and Materials (T&M) delivery orders. Proposals are due March 23, 2026, by 1500 CT.
Scope of Work
The selected contractor will support the FAA's Associate Administrator for Aviation Safety (AVS) across a broad range of areas to promote operational safety, establish safety rules, and certify aviation competency. Key support areas include:
- Program and Project Management Support
- Analytical and Technical Support (e.g., Safety Management System, Surveillance and Broadcast Services, Performance Based Navigation, Data Communications, Aviation Weather, Flight Procedures, Flight Simulation, UAS Integration)
- Business Processes, Program Management, and Analysis
- Information and Data Analysis
- Development of integrated plans, regulatory material updates, and review of draft documents. Services will be performed primarily at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, Oklahoma, FAA facilities in Washington, D.C., and other designated FAA facilities.
Contract & Timeline
- Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with FFP and T&M delivery orders.
- Duration: One base year with four one-year option periods (total 5 years). The base year is tentatively scheduled to begin August 20, 2026, following a 30-day transition.
- Set-Aside: None explicitly stated; however, the solicitation references AMS Clause 3.6.1-4 regarding Small Business Subcontracting Plans.
- Published Date: February 20, 2026
- Questions Due: March 2, 2026
- Pre-proposal Conference: March 4, 2026
- Offer Submission Deadline: March 23, 2026, by 1500 CT
Evaluation Factors
Proposals will be evaluated on a "best value" basis, considering three factors:
- Technical Proposal (most important)
- Past Performance/Experience
- Cost/Price
Submission Details
Offers must be submitted electronically via email to the Contracting Officer, Cynthia Cooper, at cynthia.cooper@faa.gov. Offerors should review all attachments, including the Statement of Work, sample Client Authorization Letter (relevant for past performance), and Travel Authorization Form. This acquisition is linked to a previous Sources Sought Announcement (6073GH-24-R-00180).