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
    U.S. Navy (USN) Tactical Combat Training System Increment II (TCTS II) and United States Air Force (USAF) equivalent P6 Combat Training System (P6CTS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking procurement of supplies and services to support the U.S. Navy's Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This initiative aims to provide advanced air combat training capabilities, including secure air-to-air and air-to-ground data links, with features such as encryption and enhanced threat environments for various aircraft types. The TCTS II system is designed for both range-tethered and untethered training, ensuring interoperability with existing infrastructure and previous TCTS variants. Interested parties should note the tentative schedule, with a draft RFP expected on January 16, 2026, an RFP release on February 4, 2026, and a contract award anticipated by September 24, 2026. For further inquiries, contact Kurt Susnis at kurt.susnis@navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil.
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Buyer not available
    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.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    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 a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking innovative solutions for the modernization of its application and database infrastructure through a Request for Information (RFI). The primary objectives of this procurement include reducing sustainment costs, enhancing operational efficiency, and improving system interoperability while addressing legacy technical challenges and ensuring scalability. This initiative is critical for the FAA as it aims to overcome complex interoperability requirements and data sensitivity issues across its systems. Interested parties are encouraged to submit their feedback by January 7, 2026, to inform the FAA's acquisition strategy, with inquiries directed to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov.
    Cloud services in support of the operational mission of the Federal Aviation Administration
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to re-issue a Request for Quote (RFQ) for cloud services that support its operational mission. This procurement aims to secure cloud hosting solutions, which are critical for the FAA's data processing and web hosting needs, particularly in light of a previous RFQ that closed prematurely due to a furlough. The FAA will consider all feedback and questions submitted during the initial RFQ process for the new solicitation, which will be posted on the GSA e-buy site soon. For further inquiries, interested parties can contact Laurie Jiavaras at laurie.p.jiavaras@faa.gov or Kathryn Scott at kathryn.scott@faa.gov.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services under the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS) initiative. The objective is to ensure that various training systems and equipment remain in a "ready-for-training" state across six locations, including Groton, CT, Norfolk, VA, Kings Bay, GA, Bangor, WA, San Diego, CA, and Pearl Harbor, HI. This contract, which will be awarded as a Cost Plus Fixed Fee Task Order, is critical for maintaining the operational readiness of submarine training devices and is expected to commence on June 1, 2026, with a total performance period of 60 months. Interested vendors must contact Ms. Valentina Walsh at valentina.p.walsh.civ@us.navy.mil for further details and to obtain necessary RFP attachments, with a pre-proposal conference scheduled for December 5, 2025, and an anticipated award date of April 24, 2026.
    Common Automation Platform - Request for Information
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking information through a Request for Information (RFI) regarding the development of a Common Automation Platform (CAP) aimed at modernizing the Air Traffic Control System (ATC). This initiative is part of a broader effort to replace outdated systems such as ERAM and STARS with a unified, state-of-the-art platform, and the FAA is looking for innovative ideas, technologies, and procurement strategies that align with its Automation Evolution Strategy (AES). The RFI includes inquiries on various critical aspects such as system integration, advanced automation, user experience, and security, with responses due by December 19, 2025. Interested parties can contact David L. Reynolds at david.l.reynolds@faa.gov or Katherine McCray at katherine.mccray@faa.gov for further information.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    F-16 MTT TSSC
    Buyer not available
    The General Services Administration (GSA) is seeking support services for the F-16 Mission Task Trainer Training Systems under a contract awarded due to unusual and compelling urgency. This procurement falls under the authority of 10 U.S.C 2304(c)(2) and FAR 6.302-2, indicating that the services are critical and cannot be procured through full and open competition. The awarded contract is intended to ensure the continued operational readiness and training capabilities associated with the F-16 aircraft. Interested parties can reach out to Rafael Q. Gumbs at rafael.gumbs@gsa.gov or by phone at 210-980-9651 for further details regarding this opportunity.