Airline Analysis and Scheduling Solution via a Web-based Application
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 U.S. Department of Transportation (DOT) Office of Aviation Analysis (OAA) is seeking proposals for an Airline Analysis and Scheduling Solution delivered via a web-based application. This solution will provide comprehensive global airline schedule, airfare, and market demand data to support aviation policy analysis, airline transaction reviews, and route selection. This is a Full and Open Competition for a Firm Fixed-Price (FFP) contract.
Scope of Work
The contractor will provide a web-based application accessible to at least 10 analysts, offering global origination and destination (OD) data, fare data, service class, fair share/QSI, local/flow data, and global schedule data (historical, current, future) with flight-level granularity. The solution must include current and historical fleet information, advanced booking data back to at least 2005, and support weekly schedule data updates and monthly demand/fare updates. The system requires 24/7 access, annual user training, and export capabilities for internal analytical tools. The DOT is open to innovative AI-assisted analytics, predictive modeling, and enhanced visualization.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: One (1) base year plus four (4) one-year option periods, totaling five years.
- Set-Aside: Full and Open Competition
- NAICS Code: 541511, "Custom Computer Programming Services" (Small Business Size Standard: $34.0 Million)
- Product Service Code: DA10
- Questions Due: February 13, 2026, 9:00 AM EST
- Mandatory Demonstration Scheduling Deadline: March 2, 2026, 12:00 PM EST
- Proposal Due Date: March 30, 2026, 10:00 AM EST
Submission & Evaluation
Proposals will be evaluated on a "Best Value" basis, with Technical Capability/Approach/Data Updates/Comprehensiveness, Presentation/Demonstration, Web-based Application, and Past Performance combined being more important than Price. A mandatory demonstration of the solution is required prior to proposal submission. Proposals must include a Modular Pricing Requirement in Volume II, separating data provision costs from software/AI application costs. Volume I (Technical) has a page limit of 75 pages (excluding resumes, table of content, and descriptions) and must detail data sources, AI integration plans, guardrails, testing, and accuracy assurance. Work must be USA-based and performed by a US company.
Additional Notes
This is a recompete of an existing contract (693JK421C600002) previously held by Sabre, with an approximate historical value of $640K+. The Statement of Work has been revised with increased emphasis on data depth, breadth, and UI usability, and now incorporates a Modular Procurement Framework for AI and Data Integration. Offerors must be registered in SAM.gov. Submit proposals and questions to Melinda.Riddick@dot.gov (cc Robin.Golden@dot.gov).