FAA Tower Simulation System Hardware - Enhancement Two
ID: FAA-TSS-E2-HARDWAREMARKETSURVEYType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA8 SYSTEM OPERATIONS CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

Computer Systems Design Services (541512)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking qualified vendors to provide hardware and support services for the Tower Simulation System (TSS) under the ATCT Simulation Operation contract. This procurement aims to enhance air traffic controller training by installing and maintaining simulation systems across up to 176 designated air traffic control towers (ATCTs) and support sites, ensuring comprehensive operational support and training scenario development. The FAA currently operates a high-fidelity 3D visual simulator system and is expanding access to more controllers in line with the FAA Reauthorization Act of 2024. Interested vendors must submit their capability statements and responses to specific questions by June 18, 2025, to Manish Patel at Manish.Patel@faa.gov, with a total submission limit of 25 pages. Additional details and updates will be posted on SAM.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the hardware components for a Tower Simulation System (TSS) designed for the FAA under the ATCT Simulation Operation contract. It details three configurations of the TSS: Small, Medium, and Large. The Small TSS configuration includes various components such as desktop computers, monitors, headsets, and networking equipment, with a total expected deployment of TSS units capped at 176, predominantly in the Small configuration. The Medium TSS has a larger number of each component, while the Large TSS configuration increases component quantities further. Additionally, the document specifies the hardware requirements for Remote Pilot Operator (RPO) stations, which are integral to TSS operations, and Scenario Development Laptops (SDL) for developing training scenarios. Each RPO station is associated with a TSS, and SDLs are needed for field service representatives involved in training. This document acts as a representative guideline for procurement within the framework of federal RFPs and highlights the FAA's technical needs in establishing efficient simulation systems for air traffic control operations.
    The Business Declaration form is a critical document for businesses seeking eligibility for federal contracts, particularly those set aside for minority, economically disadvantaged, or small business categories. It collects detailed information about the firm, including its name, tax identification, address, contact details, ownership structure, and demographic data related to controlling interests, such as race and gender. The form also inquires about the firm’s operational status, its NAIC classification, revenue over the past three years, and various certifications, such as being service-disabled veteran owned or woman-owned. The document stresses the importance of accuracy, as false statements can lead to criminal prosecution. Additionally, it informs businesses that their provided information may be shared for statistical and eligibility evaluation purposes. Overall, this form plays a crucial role in facilitating the federal government’s commitment to encourage participation from diverse and small businesses in public contracting opportunities.
    The document pertains to the FAA's request regarding the TSS E2 – ATCT Simulation Operation. It includes a series of market survey questions aimed at potential contractors who will provide support services for the ATCT simulation systems. Key responsibilities of the chosen contractor involve operating a 24/7 help desk, installing software, and maintaining simulator hardware for both domestic and overseas (OCONUS) locations. The contractor must also establish a continuous testing environment and ensure ongoing help desk support post-deployment. The timeline and specific project requirements are still under FAA review, with several critical aspects, such as pilot testing and the exact number of sites for installation, yet to be determined. The information emphasizes the FAA's expectations for contractor capabilities in delivering comprehensive support and system installations, reflecting the broader context of federal contracts aimed at enhancing air traffic control training and operations.
    The file addresses a market survey regarding the TSS E2 - ATCT Simulation Operation, focusing on various procurement-related queries from potential vendors. Key points include the Government’s expectation for vendors to maintain their own configuration management databases while allowing the Government access to this data. The FAA plans to deploy a total of 176 TSS systems, with configurations ranging from small to large based on operational needs. The specifics of software rights, including modifications for cybersecurity and training materials, are clarified as not falling under the current contract. The FAA's timeline for procurement is still under development, and it will decide on the necessity of TAA/BAA compliance before solicitation. Further, the FAA plans for a separate procurement for simulation software, considering potential organizational conflicts of interest with existing contractors. Overall, the document outlines the FAA’s position on hardware specifications, software requirements, and procurement processes in the context of enhancing simulation capabilities for air traffic control training. The responses signify ongoing evaluations and a structured approach to upcoming solicitations in line with regulatory guidelines and operational objectives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MARKET SURVEY: DESIGN ARSR4 POWER AMP MODULE TEST STATION
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for the design and development of a new Power Amplifier Module Test Station (PAMTS) to replace the existing system used for testing ARSR4 Power Amplifier Module (PAM) boards. The new PAMTS will include an interface adapter, fixture, and necessary test/repair software and procedures, aimed at enhancing the FAA's capabilities to test and repair critical radar system components. This procurement is vital for maintaining the operational integrity of the ARSR4 radar system within the National Airspace System (NAS). Interested vendors must submit their capability statements and other required documentation by 2:00 p.m. Central Time on January 13, 2026, to Connie Houpt at connie.m.houpt@faa.gov, with the subject line "Market Survey Response: 6973GH-26-MS-00003 PMATS."
    Sources Sought for Pilatus PC-12 Pilot Qualification Training
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for Pilatus PC-12 Initial and Recurrent Pilot Qualification Training for its Aviation Safety Inspectors and Aircraft Certification Pilots. The procurement aims to identify vendors capable of providing comprehensive training that meets FAA regulations and congressional mandates, including ground school and flight training, with adherence to specific guidelines outlined in the Performance Work Statement (PWS). This training is critical for ensuring that FAA personnel achieve an unrestricted type rating on the PC-12 aircraft, which is essential for maintaining aviation safety standards. Interested vendors must submit their capability statements by 5:00 p.m. CT on January 9, 2026, to Shelley Howard at shelley.a.howard@faa.gov, as the FAA evaluates potential competition for this contract.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Acquisition of a Level D 747-8i Full Motion Simulator
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking qualified vendors to provide a new Level D certified Full Motion Simulator for the 747-8i aircraft. This simulator must be a new build, not refurbished, and must meet all applicable regulatory requirements to ensure realistic and immersive training for pilots transitioning to or maintaining currency in the aircraft. The simulator will play a crucial role in pilot training, featuring advanced capabilities such as a six-degree-of-freedom motion platform, accurate aerodynamic modeling, and a high-resolution visual system, along with comprehensive support and training packages. Interested vendors must submit their company profiles, relevant experience, technical capabilities, and estimated delivery timeframes by January 16, 2026, and can contact Sherianne Carroll or Ian Hawkins for further information.
    VOICE SWITCH HEADSETS (VSHS) AND ACCESSORIES
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to gather information and comments from industry regarding the procurement of Voice Switch Headsets (VSHS) and associated accessories. The FAA seeks to develop an acquisition strategy that includes not only the headsets and accessories but also engineering and configuration management services, as outlined in the draft Statement of Work (SOW) provided. These headsets are critical for Air Traffic Control Specialists, ensuring effective communication and operational safety within air traffic control facilities. Interested vendors must submit their responses, including capability statements and cost estimates, by 4:00 p.m. Central Time on January 13, 2026, to Jason Perry at jason.m.perry@faa.gov, marking all documents as proprietary where necessary.
    Solicitation for Short Devices PN:U3001080-091
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is soliciting proposals for the supply of 300 Trans/Short Devices, specifically Part Number U3001080-01, from New Bedford Panoramex Corporation. The procurement requires contractors to provide all necessary labor, facilities, equipment, and materials for manufacturing, with delivery expected within 40 days after receipt of the order to the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This equipment is critical for FAA operations, and the contract will include various clauses related to payment, warranty, and supply chain security. Interested parties must submit their proposals to Haylee Garcia at haylee.p.garcia@faa.gov, ensuring they are registered in the System for Award Management (SAM) prior to award.
    Human Intervention Motivational Study (HIMS) Program Support Services Contract
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking information from businesses capable of providing support services for the Human Intervention Motivational Study (HIMS) Program. The contractor will be responsible for delivering personnel, management, materials, facilities, equipment, supplies, and services necessary to maintain the HIMS Program, which includes conducting educational seminars, developing materials, maintaining a tracking database and website, and providing program management and administrative support. This initiative is crucial for ensuring the safety and efficiency of civil aviation, as it supports the FAA's mission to manage the National Aerospace System effectively. Interested parties should contact the FAA AAQ 460 Contracting Office at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov for further details, with responses to the Sources Sought notice due by January 22, 2026.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for commercial IT hardware and software, including personal computing devices, network infrastructure components, and related lifecycle management services. The contract, with a maximum cumulative ceiling of $4.1 billion over a 10-year term, is crucial for consolidating IT procurements across the FAA to enhance efficiency and reduce costs. Proposals are due via email by 1700 ET on January 16, 2026, and interested parties should direct inquiries to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 combat Training System (P6CTS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Navy, is seeking contractors for the Tactical Combat Training System Increment II (TCTS II) and the United States Air Force equivalent P6 Combat Training System (P6CTS). The procurement involves providing supplies and services for the production, modernization, and sustainment of TCTS II/P6CTS assets, which include Airborne Subsystems, Ground Systems, Ancillary Mission Equipment, and Spares, along with various support services such as Program Management and Cyber Engineering. This initiative is critical for enhancing training capabilities for both the Navy and Air Force, ensuring that personnel are equipped with the latest technology and support. Interested parties can direct inquiries to Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil, with feedback on the draft solicitation due by January 23, 2026, and the contract performance period spanning from September 25, 2026, to September 25, 2030.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.