FAA Management & Leadership Development Sources Sought/Request for Information
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), specifically AAQ-740, has issued a Sources Sought Synopsis (SSS)/Request for Information (RFI) for market research purposes regarding its Management & Leadership Development portfolio. The FAA is seeking information from potential sources to develop its acquisition strategy for a future contract. Responses are due February 8, 2026.
Scope of Work
The FAA's Career and Leadership Developmental portfolio currently includes four components:
- Mandatory Management Courses: Required per FAA Human Resources policy.
- Succession Planning Programs: Competitive leadership development programs.
- Elective Management and Leadership Courses: Based on developmental needs.
- Customer-Tailored Offerings: Custom courses for internal and external stakeholders.
The anticipated scope, detailed in the draft Statement of Work, includes full lifecycle learning services. This encompasses a blended learning strategy, providing qualified instructors/facilitators (up to 80% in regional field locations), minor content updates, administrative and IT support, and Subject Matter Experts (SMEs) such as Executive Coaches and Data Scientists. The contractor must also be capable of instructional design and development, program management, and providing professional learning environments (classrooms, lodging, airport shuttles) near major CONUS airports. Services may extend to other federal agencies and private sector entities.
Contract & Timeline
- Type: Sources Sought / Request for Information (Market Research)
- Anticipated Contract Type: Commercial Firm-Fixed Price/Cost-Reimbursable five-year IDIQ (one basic year + four one-year options).
- NAICS Code: 611430 (Small Business Size Standard $15M)
- Set-Aside: None specified for this RFI; however, the Government is interested in all business types, including Small Businesses, Small Disadvantaged Businesses, 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Business concerns.
- Response Due: February 8, 2026, 11:00 PM EST
- Published: January 8, 2026
Evaluation
Information received will be utilized by the FAA to develop its acquisition strategy, Statement of Work, Purchase Description, and Specification. This is solely for market research to determine the availability and adequacy of potential sources.
Additional Notes
This SSS/RFI does not constitute a solicitation, and the Government is not seeking proposals at this time. Responses are limited to ten pages and should include company information (CAGE, UEI, POC, size relative to NAICS 611430), teaming arrangements, recommendations/concerns, prime/subcontractor interest, and past government contract history. Responses should be emailed to Scott Roberson at scott.roberson@faa.gov. Proprietary information should be clearly marked.