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 Solicitation 6973GH-25-R-00221 for AVS Safety, Analytical and Technical Support Services (SATSS) II. This is a competitive solicitation for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, utilizing a combination of Firm-Fixed Price (FFP) and Time and Materials (T&M) delivery orders. The acquisition is tied to the previously issued Sources Sought Announcement 6073GH-24-R-00180. Offers are due by March 23, 2026, at 1500 CT.
Scope of Work
The contractor will provide administrative, analytical, and technical subject matter expert services to support the FAA's Associate Administrator for Aviation Safety (AVS) and its investment teams. The primary goal is to promote continued operational safety, establish safety rules, and certify aviation competency. Key support areas include:
- Program and Project Management Support
- Safety Management System (SMS) Support
- Surveillance and Broadcast Services (SBS) Support
- Performance Based Navigation (PBN) Support
- Data Communications (DATA COMM)/Aeronautical Communications Support
- Aviation Weather Program Activities Support
- Low Visibility Operation Support
- Flight Procedures Support
- Flight Simulation and Safety Analysis Support
- Unmanned Aircraft Systems Integration Office (UASIO) Support
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.
- Period of Performance: One (1) base year with four (4) one-year option periods. The base year is tentatively scheduled to begin August 20, 2026, following a 30-day transition period starting July 20, 2026.
- Set-Aside: Not explicitly stated, but references AMS Clause 3.6.1-4 regarding Small Business Subcontracting Plans, indicating potential consideration for small businesses.
- Product/Service Code: R425 - Engineering And Technical Services.
Submission & Evaluation
Offers must be submitted electronically via email to cynthia.cooper@faa.gov. Proposals will be evaluated on a "best value" basis, considering:
- Technical Proposal (most important)
- Past Performance/Experience
- Cost/Price
Key Deadlines
- Questions Due: March 2, 2026
- Pre-proposal Conference: March 4, 2026
- Offer Submission Deadline: March 23, 2026, by 1500 CT.
Additional Notes
Offerors should review all attachments, including the Statement of Work (SOW), Travel Authorization Form, and the Sample Client Authorization Letter, which outlines how clients can respond to FAA inquiries regarding past performance. The SAM notification incorrectly stated the SIR closing date as May 23, 2026; the correct closing date is March 23, 2026.