MARKET SURVEY/CAPABILITY ASSESSMENT for Hack The Box Software Licenses for the Federal Aviation Administration
ID: AC2502527Type: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 10:00 PM UTC
Description

The Federal Aviation Administration (FAA) is conducting a market survey to identify sources capable of providing Hack The Box software licenses. This procurement aims to gather statements of interest and capabilities from various businesses, including small and 8(a) certified firms, to assess potential competition and determine the best acquisition strategy. The licenses are essential for enhancing training and cybersecurity capabilities within the FAA. Interested vendors must submit a capability statement and a rough order of magnitude estimate by 5:00 PM CDT on April 21, 2025, via email to Jennifer Lucas at jennifer.l.lucas@faa.gov, with "MARKET SURVEY RESPONSE: Hack The Box" in the subject line. All submissions should be marked as proprietary, and the FAA will not accept unsolicited proposals or cover any costs incurred in preparing responses.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Similar Opportunities
MARKET SURVEY: Repair of Transmit-Receive (TR) Limiters
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for the repair of Transmit-Receive (TR) Limiters, also known as Receiver Protectors, which are critical components in the ASR-9 radar system. The FAA requires evaluation and repair services for these limiters, identified by NSN 5960-01-520-3540, to ensure operational readiness and prevent backorders, as the current provider is unable to meet demand. Interested vendors must demonstrate their capabilities in handling RF equipment and provide necessary certifications, including ISO 9001:2015, with responses due by May 28, 2025, at 2:00 PM CT. For further inquiries, vendors can contact Connie Houpt at connie.m.houpt@faa.gov.
Sources Sought for Night Vision Goggle Training
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify sources capable of providing Night Vision Goggle (NVG) Pilot Training for its Flight Standards Operations Inspectors. The training program aims to ensure FAA personnel are proficient in NVG concepts, regulatory requirements, and safety assessments, with specific criteria for both initial and recurrent training, including a minimum number of flight hours and course content as outlined in the attached Performance Work Statement (PWS). This training is vital for maintaining a skilled workforce that can effectively evaluate aircraft equipped with NVGs, thereby supporting the FAA's commitment to aviation safety and regulatory compliance. Interested vendors must submit their capability statements by 5:00 p.m. CST on May 5, 2025, via email to Shelley Howard at shelley.a.howard@faa.gov, and should note that this is not a request for proposals or a solicitation for bids.
Market Survey-Central Service Area Contract Armed Security Officer Services
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified vendors for Contract Security Officer (CSO) services in the Central Service Area (CSA), which includes states such as Illinois, Indiana, Kansas, Minnesota, New Mexico, Michigan, Ohio, and Texas. The FAA seeks to procure armed security services to protect its employees and facilities from various threats, including theft, terrorism, and unauthorized access, as part of its National Security Officer Services (NSOS) Program. The selected contractor will be responsible for implementing a Facility Security Management Program (FSMP), which includes monitoring access, responding to alarms, and conducting screenings, while adhering to strict operational protocols and maintaining high standards of professionalism. Interested parties must submit their past performance information and capability statements to the primary contact, Donald Sumner, via email by April 30, 2025, to be considered for this opportunity.
Market Survey-Northeast Service Area Contract Armed Security Officer Services
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified vendors for Contract Security Officer (CSO) services in the Northeast Service Area, which includes New Hampshire, New York, New Jersey, Pennsylvania, and Virginia. The procurement aims to enhance the security of FAA employees and facilities by requiring contractors to provide armed security services, including visitor and vehicle screening, monitoring of alarms, and emergency responses, while adhering to strict operational and administrative protocols. Interested parties must submit their past performance information and capability statements by April 30, 2025, to Donald Sumner at Donald.C.Sumner@faa.gov, as the FAA evaluates the potential for future acquisitions based on the responses received.
Co-Pilot License Bundle
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors regarding their capabilities to provide a Co-Pilot License Bundle, particularly the CP-UA2133 model, which is essential for military applications. The procurement aims to acquire three units of this license bundle, which features a USB 3.1 interface compliant with the MIL-STD-1553 specification and includes two multi-function channels to enhance operational capabilities. Interested vendors are invited to submit capability statements detailing their experience and qualifications, with a firm-fixed price contract anticipated under NAICS code 541512, valued at approximately $34 million. Responses must be submitted by April 28, 2025, at 11:00 AM PDT, to the designated contacts, Denina Hudson and Abel Alcantar, via the provided email addresses.
Markey Survey Announcement - Printer Consumables for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) Program
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for toner and printer consumables as part of the Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) program. The FAA requires a contractor to provide these consumables under a one-year base contract with four one-year options, emphasizing efficient procurement, timely delivery, and robust reporting mechanisms to ensure operational needs are met effectively. This procurement is crucial for maintaining the FAA's printing capabilities across various locations, including overseas, and will adhere to strict service level agreements, including a 98% on-time delivery rate. Interested vendors must submit their capabilities and relevant information to the FAA by May 23, 2025, at 2:00 PM ET, with inquiries directed to Kay Morello at kay.f.morello@faa.gov.
SEEKING SOURCES: LIGHT LIFT HELICOPTER SERVICES - MULTIPLE OPPORTUNITIES IN NATIONAL FORESTS LOCATED IN WASHINGTON, IDAHO, AND MONTANA
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to provide light lift helicopter services for multiple projects supporting site inspections of remote U.S. Forest Service (USFS) observation towers in Washington, Idaho, and Montana. The FAA requires contractors to transport personnel and tools to various designated landing zones, with each project involving specific dates, estimated durations, and payloads of approximately 500 lbs. These services are critical for maintaining communication and lookout structures in areas where ground access is limited. Interested vendors must submit their capability statements and responses to the market survey by emailing Josh Huckeby at joshua.d.huckeby@faa.gov, ensuring their registration in the System for Award Management (SAM.gov) is current. The FAA anticipates awarding separate Firm Fixed Price contracts based on competitive pricing, with the announcement remaining open until acquisition strategies are established.
Market Survey: Graphics and Multimedia Production
Buyer not available
The Federal Aviation Administration (FAA) is conducting a market survey to identify qualified vendors for a Graphics and Multimedia Production contract at the William J. Hughes Technical Center in Atlantic City, New Jersey. The procurement aims to secure services that include artistic design, technical illustration, and multimedia content production, adhering to federal standards and FAA branding guidelines. These services are crucial for delivering high-quality visual information to various government clients, including the FAA and other Department of Transportation agencies. Interested companies must submit their capability statements and business classification size to the Contracting Officer, Jeffrey Young, at jeffrey.young@faa.gov by 4 PM (EST) on May 1, 2025, as part of the market survey process.
Market Survey for Reduced Pressure Detector Backflow Prevention Device that meets the Buy America Act Executive Order 14005
Buyer not available
The Federal Aviation Administration (FAA) is conducting a market survey to identify sources for a Reduced Pressure Detector Backflow Prevention Device that complies with the Buy America Act as outlined in Executive Order 14005. The FAA seeks a device that meets specific technical standards, including ASSE 1047 and UL listings, with a design flow rate of 170 gallons per minute and constructed from cast iron with specific interior lining requirements. Responses to this market survey are for informational purposes only and must be submitted electronically to Cindi Tjelde at cindi.tjelde@faa.gov by 5:00 p.m. PDT on May 9, 2025, with no costs reimbursed for participation.
Vendor-Specific Supply Chain Risk Information Licenses
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for four licenses of Vendor-Specific Supply Chain Risk Information Software to enhance risk identification and management within its supply chain operations. The software must provide comprehensive data on organizations, including financial health assessments, operational risks, and corporate hierarchies, ensuring informed decision-making in compliance with federal regulations. Proposals are due by 3:00 PM EST on April 28, 2025, and must be submitted via email to the primary contacts, Meredith Setterfield and Lisa Belew, at their respective email addresses. The anticipated award date for this contract is May 5, 2025.