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 17, 2026
3
Submission Deadline
Mar 30, 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), specifically the Associate Administrator for Aviation Safety (AVS), is soliciting proposals for Safety, Analytical and Technical Support Services (SATSS) II under Solicitation SIR 6973GH-25-R-00221. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will provide administrative, analytical, and technical subject matter expert services to promote operational safety and certify aviation competency. Services will primarily be performed at the Mike Monroney Aeronautical Center in Oklahoma City, OK, FAA facilities in Washington, D.C., and other designated FAA facilities. Proposals are due March 30, 2026.

Scope of Work

The contractor will provide personnel, supplies, equipment, and services across a broad range of aviation safety initiatives. Key areas include:

  • Safety and Capacity Improvements, New Flight Technology, and System Engineering
  • Business Processes, Program Management, and Analysis
  • Information and Data Analysis, AVS portfolio investment management
  • Unmanned Aircraft Systems (UAS) integration and Operational Concepts
  • Standards and Criteria for Communication, Navigation, and Surveillance (CNS)
  • Instrument Flight Procedures and All Weather Operations
  • Aviation Safety Inspector Support and Aviation Weather Initiatives
  • Data and Aeronautical Communications, Flight simulation capabilities
  • Systems to forecast National Air Space (NAS) trends on safety performance
  • Enhancements to aviation safety analysis methodologies and regulatory updates
  • Support for Safety Management System (SMS) transition and common safety framework development.

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with a combination of Firm-Fixed Price (FFP) and Time and Materials (T&M) delivery/task orders (approximately 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 period.
  • NAICS Code: 541611 (Administrative Management and General Management Consulting Services).
  • Set-Aside: None specified (unrestricted), but small business subcontracting plans are required for subcontracts exceeding $750,000.
  • Place of Performance: Oklahoma City, OK; Washington, D.C.; and other designated FAA facilities.

Submission & Evaluation

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), then Cost/Price (Factor 3).

  • Key Personnel: Resumes are excluded from the 75-page technical proposal limit, with a separate 3-page limit per resume.
  • Past Performance: Offerors may utilize two (2) contracts where at least twelve (12) months of performance has been completed. Past Performance Surveys (PPS) are required.
  • Teaming Arrangements: Executed teaming agreements must be included in Volume I (Contract Documentation). Details on how teaming enhances technical capability should be in Volume II (Technical Proposal, Sub-factor 1.1), not subject to page limits, and can be placed in an Appendix. The requirement for a single compensation plan for all employees across teaming partners has been removed.
  • Submission: Offers must be submitted electronically via email to cynthia.cooper@faa.gov.

Key Dates & Contact

  • Proposal Due Date: March 30, 2026, by 1500 CT.
  • Period of Performance: August 20, 2026, to August 19, 2027 (Base Year).
  • Primary Contact: Cynthia Cooper, cynthia.cooper@faa.gov.

People

Points of Contact

Cynthia CooperPRIMARY

Files

Files

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

Versions

Version 6Viewing
Combined Synopsis/Solicitation
Posted: Mar 17, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
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