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 opportunity seeks administrative, analytical, and technical subject matter expert services to support the FAA's Associate Administrator for Aviation Safety (AVS) in promoting operational safety, establishing safety rules, and certifying aviation competency. Proposals are due March 23, 2026, by 1500 CT.
Scope of Work
The contractor will provide personnel, supplies, equipment, and services across various areas, including:
- Safety and Capacity Improvements, New Flight Technology, System Engineering
- Business Processes, Program Management, and Analysis
- Information and Data Analysis, AVS portfolio investment management
- Unmanned Aircraft Systems (UAS) integration, Operational Concepts
- Standards and Criteria for Communication, Navigation, and Surveillance (CNS)
- Aviation Safety Inspector Support, Aviation Weather Initiatives
- Systems to enhance operational safety, NAS plan, research, and development
- Flight simulation capabilities, ADS-B and Multilateration support
- Coordination of regulatory and guidance material updates, Safety Management System (SMS) transition support
- Providing aviation safety expertise for assessments at FAA Certificate Management Offices (CMO) and other facilities. Services will be performed primarily at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, Oklahoma, and FAA facilities in Washington, D.C.
Contract Details & Key Updates
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with a combination of Firm-Fixed Price (FFP) and Time and Materials (T&M) delivery/task orders (approx. 90% FFP).
- Duration: One base year with four one-year option periods. The base year is tentatively scheduled to begin August 20, 2026, following a 30-day transition.
- Set-Aside: None specified. However, small business subcontracting plans are required.
- NAICS Code: 541990 (All Other Professional, Scientific, and Technical Services).
- Amendment 0001 incorporated pre-proposal conference minutes and Q&A, making several key revisions:
- Removed page limitations for teaming plans; executed teaming agreements now required in Volume I.
- Revised technical proposal page limit (75 pages) to exclude Key Personnel resumes (3 pages per resume allowed).
- Removed the requirement for a single compensation plan across all teaming partners.
- Corrected Period of Performance dates and updated Attachment 1 Section B.
- Clarified that Past Performance Surveys (PPS) are required, not CPARS, and must cover the last five years.
Evaluation & Submission
Proposals will be evaluated on a "best value" basis, with Technical Proposal (Factor 1) being the most important, followed by Past Performance/Experience (Factor 2), and then Cost/Price (Factor 3). Offers must be submitted electronically to cynthia.cooper@faa.gov.