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 Office of Aviation Analysis (OAA) is seeking a contractor to provide an Airline Analysis and Scheduling Solution via a web-based application. This Firm Fixed-Price (FFP) contract will support OAA with global airline schedule, airfare, and market demand data for policy analysis and review. Proposals are due Friday, March 27, 2026, at 10:00 AM EST.
Scope of Work
The contractor will deliver a web-based application accessible to at least 10 analysts, providing comprehensive U.S. and international market data. Key data requirements include global origination/destination (OD) data, fare data, service class information, fair share/QSI data, local and flow data by route and carrier, global schedule data (historical, current, future), and current/historical fleet information. The solution must offer data back to at least 2005, with weekly schedule updates and monthly demand/fare updates, and support 24/7 access. Required services also include three days of annual user training and customer support. The solution must allow for bulk data export.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: One (1) base year and four (4) one-year option periods, totaling five years (approx. May 1, 2026 - April 30, 2031).
- NAICS Code: 541511, "Custom Computer Programming Services," with a small business size standard of $34.0 Million.
- Set-Aside: Full and Open Competition.
- Award Basis: "Best Value," with Technical Capability/Approach/Data Updates/Comprehensiveness, Presentation/Demonstration, Web-based Application, and Past Performance combined being more important than Price.
Submission & Evaluation
- Questions Due: Friday, February 13, 2026, at 9:00 AM EST.
- Mandatory Demonstration Scheduling Due: Monday, March 2, 2026, by 12:00 PM EST. Offerors must schedule a demonstration of their solution prior to proposal submission.
- Proposal Submission Deadline: Friday, March 27, 2026, at 10:00 AM EST.
- Submission Method: Proposals must be emailed to Melinda.Riddick@dot.gov with a cc to Robin.Golden@dot.gov.
- Evaluation: Proposals will be evaluated on a Best Value basis, considering technical factors (more important than price), presentation/demonstration, and past performance. Proposals must be submitted in two volumes: Technical (Volume I, 90-page limit) and Cost/Price (Volume II).
Additional Notes
This is a recompete of an existing contract (693JK421C600002) previously held by Sabre, with an approximate historical value of $640K+. Offerors must be registered in SAM.gov. Work must be USA-based and performed by a US company. A Non-Disclosure Agreement is attached to the solicitation.