NAS Safety, Execution, and Management Solutions (NSEMS)

SOL #: 693KA9-26-NSEMSSources Sought

Overview

Buyer

Transportation
Federal Aviation Administration
693KA9 CONTRACTING FOR SERVICES
WASHINGTON, DC, 20591, United States

Place of Performance

Washington, DC

NAICS

Engineering Services (541330)

PSC

Modification Of Equipment: Aircraft Launching, Landing, And Ground Handling Equipment (K017)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 9, 2026
2
Response Deadline
May 4, 2026, 2:00 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) is conducting market research through a Sources Sought / Request for Information (RFI) for the National Airspace System (NAS) Safety, Execution, and Management Solutions (NSEMS) contract. This RFI seeks to understand industry capabilities to modernize the NAS, enhance safety, increase capacity, and improve air traffic management. Responses are due May 4, 2026, by 10:00 AM Eastern Time.

Scope of Work

The NSEMS contract aims to acquire solution services supporting the FAA's strategic vision for aviation safety, efficiency, and security. The scope encompasses three Mission Pillars (Safety, Execution, and Management) and thirteen Functional Work Areas, requiring a broad range of labor, resources, and skills. Additionally, eight Program Management Work Areas will be utilized for contract management. Work will be performed at various FAA locations, including Headquarters, Regional Offices, and field sites within the U.S. and its territories, and potentially international locations.

Contract Details

  • Opportunity Type: Sources Sought / RFI (not a solicitation)
  • Department/Agency: Department of Transportation, Federal Aviation Administration
  • Product Service Code (PSC): K017 (Modification Of Equipment: Aircraft Launching, Landing, And Ground Handling Equipment)
  • NAICS Code: 541330 (Engineering Services)
  • Set-Aside: None specified (acquisition strategy to be determined based on RFI responses)
  • Place of Performance: Various FAA Sites & Vendor Locations (Washington, DC 20591 is listed as primary)
  • Response Due: May 4, 2026, by 10:00 AM Eastern Time
  • Published Date: March 9, 2026

Submission Requirements

Interested vendors must submit:

  • Cover Sheet (max 1 page): Including vendor name, address, CAGE, DUNS, UEI, POC, business type, and GSA contract number (if applicable).
  • Capabilities Statement & Market Information (max 10 pages): Describe expertise related to the draft SOW's Mission Safety, Execution, and Management pillars. Provide feedback on the draft SOW, potential roadblocks, and suggestions, including comments on PSC/NAICS codes. This statement must detail:
    • Prime Contractor Experience: $80M+ annually, 600k+ labor hours annually (last 4 years preceding Nov 31, 2025), 100+ geographically dispersed task orders.
    • Specific Experience: Describe experience in each Mission Pillar and Functional Work Area (C.3) with up to three recent (3-5 years) and relevant contracts per area.
    • Office Locations: Identify all current U.S. office locations.
    • Mission Pillar Support: Confirm ability to support all three mission pillars.
    • Management Organization: Brief description.
    • Subcontractor Work: Indicate percentage for listed contracts.
  • Geographic Presence Questionnaire: Complete the matrix on the "Capability by Region" tab (Attachment 3).
  • Background/Past Experience (max 2 pages): Details on up to three similar prime contractor projects (last 3-5 years).

Submissions for the Capabilities Statement must be in PDF format, not exceeding five (5) 8.5" x 11" pages (12pt Times New Roman, 1-inch margins), with an optional one-page Letter of Transmittal.

Important Notes

This is for informational and planning purposes only and is not a solicitation. The FAA will not reimburse costs incurred for preparing responses. The acquisition strategy (unrestricted or set-aside) will depend on RFI responses. The draft SOW is subject to change.

Contact Information

Primary Contact: FAA AAQ 410 Contracting Office Email: 9-AWA-AAQ410-Contracting-Team@faa.gov (No telephone inquiries accepted)

People

Points of Contact

FAA AAQ 410 Contracting OfficePRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Mar 9, 2026
NAS Safety, Execution, and Management Solutions (NSEMS) | GovScope