Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
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), under the Department of Transportation, has issued a Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES). This is a DOT-wide strategic sourcing contract aimed at acquiring commercial IT hardware and software, along with related product-based services. The acquisition process is currently paused as the FAA finalizes details for an upcoming Amendment 0006. Proposals are currently due by January 16, 2026, at 1700 ET.
Scope of Work
This SIR covers a broad range of IT commercial products and services, including:
- Hardware: Network infrastructure components (servers, switches, storage arrays, network devices), personal computing devices (workstations, laptops, tablets, thin clients, notebooks), computer peripherals, audio/visual equipment, and miscellaneous equipment (large screens, projectors, MFDs).
- Software: Licenses, subscriptions, maintenance agreements, and cloud-based services.
- Product-Based Services: Directly related to IT assets, such as system configuration, integration, physical site analysis, installations, equipment maintenance, training, engineering, asset tagging, asset recovery/disposition, and warehousing. The SOW explicitly excludes non-COTS software, software development, web development, software O&M, and physical site alterations.
Contract Details
- Contract Type: Multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The FAA intends to award approximately eight (8) contracts.
- Set-Aside: Partial Small Business Set-Aside. Up to six (6) awards are reserved for Small Businesses, and up to two (2) awards are for Unrestricted Offerors.
- NAICS Code: 541519e (Information Technology Value Added Resellers (Exception)) with a size standard of 150 Employees.
- Evaluation: Lowest Price Technically Acceptable (LPTA) approach, utilizing a two-pool evaluation process.
- Place of Performance: Specific place of performance will be determined at the individual delivery order level, with the primary office located in College Park, GA.
Key Requirements & Deliverables
- SAM Registration: Offerors must have an active registration in SAM.gov by the proposal due date.
- ISO 9001:2015 Certification: Required. Small businesses may provide proof of the certification process being underway, with completion within 12 months of award.
- OEM Authorization: Offerors must demonstrate authorized reseller relationships (5 for Small Business, 10 for Unrestricted). Letters of Authorization (LOAs) must be direct from the OEM and current.
- Pricing: Must provide pricing for all items listed in the respective Attachment 2A (Small Business) or 2B (Unrestricted) Price Model Evaluation Worksheets. "No Bid" entries for OEMs are not allowed.
- Past Performance: Examples must be recent (within 3 years of solicitation issuance) and relevant, with a page limit of 5 pages per example. Joint Ventures must provide at least one past performance example from the JV itself as the prime contractor.
- Rebate Program: A 0.5% rebate on hardware and software purchases is required.
- Reporting: Weekly Asset Identification (AI) Reports, Monthly Activity Reports (MAR), and Quarterly SAVES IT HW/SW REBATE (Admin Fee) Reports are mandatory deliverables.
Amendments & Deadlines
The solicitation has undergone several amendments. Amendment 0004 (posted December 10, 2025) extended the proposal due date to January 16, 2026, at 1700 ET. Amendment 0005 (posted December 30, 2025) corrected an error in Amendment 0004 regarding Section L.11.2.2.1. The FAA has indicated that a future Amendment 0006 is pending, which will provide further clarifications and potentially new attachments, temporarily pausing the acquisition process. Proposals must be submitted by EMAIL ONLY.
Contact Information
Questions should be directed to Dawn Bloome (Dawn.A.Bloome@faa.gov) and Kristin Frantz (Kristin.T.Frantz@faa.gov). All questions must be in writing.