Loading...
6973GH-25-SS-00002
Response Deadline
Oct 1, 2026, 9:00 PM(CDT)149 days
Eligibility
Contract Type
Special Notice
NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE POC OF THIS ANNOUNCEMENT.
The FAA intends to maintain this announcement until the release of a resulting solicitation. Interested vendors should continue to monitor this announcement on SAM.gov for updates, or FAA responses to questions, comments, and/or concerns. The FAA reserves the right to cancel this announcement and this requirement at any time, for any reason, and without notice.
The purpose of this announcement is to update interested vendors regarding the previous market survey number 6973GH-25-SS-00002 for planning purposes. This is not a screening information request or a request for proposals of any kind. The FAA is not seeking or accepting unsolicited proposals for this project at this time.
The requirement aims to provide support to AAQ with government acquisition document preparation and other administrative support services to facilitate the completion of the growing acquisition workload across the FAA. This contract does not permit contractor employees to perform inherently governmental duties, such as obligating appropriated funds or executing contractual agreements or modifications on behalf of the agency.
The objective of any resulting contract will be to support AAQ by providing qualified personnel for acquisition support services in the contract specialist, financial management, and contract administrator disciplines for a period to be determined (TBD). The required skill set will be substantially similar to that required for the civil service OPM 1102, 0500, and 0343 series, with tasks of competence and complexity similar to levels GS-5 through GS-14.
Incumbent information for current contracts supporting individual AAQ divisions to be consolidated under this requirement is as follows:
AAQ-200 (DTFAWA13A-00230/693KA7-22-F-00007) Innovative Computing & Applied (INCA) Technology LLC (SAM UEI: ERN9NNNDWB15)
AAQ-300 and AAQ-400 (DTFAWA13A-00039/693KA8-22-F-00003) ITStrategy, INC (SAM UEI: XD9HDPF5DJL3)
AAQ-500 (697DCK-23-C-00268) Trevor L. Newman, INC (SAM UEI: FE35WM3URJ59)
AAQ-600 (DTFAWA11A-00237) Trevor L. Newman, INC (SAM UEI: FE35WM3URJ59)
AAQ-700 (6973GH-22-D-00082/6973GH-25-F-00021) Z-Tech Solutions, LLC (SAM UEI: XLRZU56NNMN7)
AAQ-900 (DTFAWA17A-00030/693KA9-25-F-00090) MARTEK Global Services INC (SAM UEI: N95CYLE4M8G3)
See PWS paragraph 2.16 for specific places of performance for each AAQ Division.
Attached is the FAA's latest draft Performance Work Statement (PWS) related to this announcement. This document is in draft format and subject to change.
The FAA is contemplating establishing a decentralized ordering contract with a 5-year ordering period. Individual AAQ organizations are expected to place their own orders under this contract at various times throughout the ordering period. It is currently anticipated that the contract types to be used will consist primarily of Firm Fixed Price (FFP) for all full-time equivalent contractor support personnel, along with a small capability (no more than 5% of the total contract value) for Labor Hours (LH) to support minor transitional or surge needs; however, this is still subject to change.
All information in this announcement is tentative and subject to change if and when a solicitation is released. The FAA currently anticipates releasing a solicitation sometime in late summer to mid-fall of 2026.
INDUSTRY FEEDBACK REQUESTED FROM THIS ANNOUNCEMENT
Currently, the FAA is not seeking formal responses to this announcement. However, the FAA welcomes any questions, comments, or concerns regarding the attached draft PWS and the contemplated acquisition strategy to achieve a fair and equal competitive award process.
Feedback should be submitted for the FAA’s consideration only. Additionally, submitted questions, or any changes to the FAA’s requirements resulting from questions, may be publicly posted. Therefore, the FAA requests that any such questions submitted be sanitized of company names or any other information that identifies the requester.
The FAA particularly welcomes feedback on pricing strategies that could incorporate allocable cost-of-living indexes for economic adjustment within a primarily firm-fixed-price agreement, which can be identified at the time of award to reduce post-award administrative burdon. The FAA is especially interested in strategies that allow for adjustments to be calculated, rather than renegotiated, on an annual basis that can be applied to the various geographic work locations, both in-office and remote.
The FAA will not pay for any information received or costs incurred in preparing a response to the market survey. Any costs associated with the submission of a response to this announcement are solely at the interested vendor's risk.
The Award Management System (AMS) is the FAA's governing acquisition regulation. The FAA is not subject to the Federal Acquisition Regulation (FAR). To learn more about the FAA's acquisition policy and procurement guidance, please visit the following website: https://fast.faa.gov/PPG_Procurement.cfm.
Josh Huckeby
DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
6973GH FRANCHISE ACQUISITION SVCS
6973GH FRANCHISE ACQUISITION SVCS
AAQ-700, MULTI-PURPOSE BLDG (MPB)
6500 S MACARTHUR BLVD
OKLAHOMA CITY, OK, 73125
NAICS
All Other Support Services
PSC
SUPPORT- MANAGEMENT: CONTRACT/PROCUREMENT/ACQUISITION SUPPORT