Seeking vendors for Remote Tower Systems (RTS) for the National Airspace System (NAS)
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) is seeking proposals from qualified vendors for Remote Tower Systems (RTS) for deployment within the National Airspace System (NAS). This Solicitation (RFP) aims to identify vendors capable of designing, manufacturing, delivering, installing, and sustaining RTS, with an intent to purchase up to 50 units over a five-year period. The FAA seeks to understand the depth of the vendor base, barriers and costs associated with System Design Approval (SDA), and system cost, production, and delivery capacity at scale. Proposals are due June 26, 2026.
Scope of Work
Vendors are required to provide RTS that can replace traditional Airport Traffic Control Towers (ATCTs) with digital environments, enabling Air Traffic Control (ATC) services from a remote location. Key aspects include:
- Achieving System Design Approval (SDA) from the FAA.
- Meeting technical requirements for functionality, performance, safety, and security (e.g., 360-degree view, low latency, 25 Hz frame rate, cybersecurity compliance with NIST SP 800-53 Rev. 5, redundancy).
- Demonstrating compliance with software (DO-278A AL 4/5) and hardware (RTCA DO-254 DAL D) assurance levels.
- Providing a detailed maintenance model.
- Supporting integration with airport infrastructure.
Contract & Timeline
- Type: Solicitation (RFP). The FAA may award a Memorandum of Agreement (MOA) initially, with potential for an Indefinite Delivery and Indefinite Quantity (IDIQ) contract after SDA.
- Duration: Up to 50 RTS units over a five-year period. Anticipated period of performance is five years after SDA completion.
- Set-Aside: None specified. Vendors should identify small business status.
- Q&A Due: May 17, 2026, by 5:00 PM EST.
- Response Due: June 26, 2026, by 5:00 PM EST.
- Published: April 24, 2026.
Evaluation
Award will be based on a best value tradeoff approach, with Technical Approach being significantly more important than Cost/Price. Technical evaluation criteria include detection/recognition performance, continuous 360° airfield view, video frame rate, latency, human factors alignment, visual presentation quality, mitigation for visibility impacts, power disruption recovery, operational data recording, controller system management, and production capacity. Cost evaluation will consider standalone system cost and 20-year lifecycle costs, which must be competitive with traditional ATC tower costs.
Submission Requirements
Proposals are limited to a maximum of 37 pages (including cover letter) and must be submitted electronically in WORD and Excel formats to Saaduddin Khan (Saaduddin.khan@faa.gov).
Contact Information
- Primary: Saaduddin Khan (saaduddin.khan@faa.gov, 202-267-2749)
- Secondary: Michael Leichtman (Michael.Leichtman@faa.gov, 202-267-4625)