Market Survey: Graphics and Multimedia Production
ID: MS2025BType: Presolicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION692M15 ACQUISITION & GRANTS, AAQ600ATLANTIC CITY, NJ, 08405, USA

NAICS

Graphic Design Services (54143)

PSC

PHOTO/MAP/PRINT/PUBLICATION- ARTS/GRAPHICS (T001)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for a Graphics and Multimedia Production Contract at the William J. Hughes Technical Center (WJHTC), emphasizing the need for visual information services, photography, and design that complies with federal standards. The contractor will serve various government clients, including the FAA and other Department of Transportation agencies, producing various materials such as digital presentations, technical illustrations, and video content. Key tasks include providing artistic design services, adherence to FAA branding guidelines, technical illustration production, and general artwork services. The contractor is responsible for ensuring compliance with 508 accessibility requirements and must manage labor categories ranging from project managers to photographers, with specific educational and experiential requirements. The emphasis is placed on using government-furnished equipment and materials while ensuring timely completion of service requests logged through an electronic tracking system. Additional responsibilities include coordinating with the Government Printing Office, obtaining customer feedback through iterative processes, and maintaining compliance with contractual stipulations. Overall, the SOW establishes a framework for delivering high-quality multimedia content aligned with federal expectations and project specifications.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Aviation Research BAA 2025
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Market Survey Capability Assessment - Micro Gas Chromatograph for Hydrogen Leak Detection
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting a market survey to identify potential suppliers for a highly sensitive and lightweight Micro Gas Chromatograph (Micro-GC) designed for detecting hydrogen leaks in hydrogen-powered aircraft. This procurement aims to enhance aviation safety by addressing the critical concern of hydrogen leaks, which can pose significant risks in aviation operations. The Micro-GC must meet specific technical requirements, including a hydrogen detection limit of less than 10 ppm, the capability to measure leaks in multiple locations simultaneously, and a measurement speed of under three minutes per assessment. Interested entities are required to submit a capability statement by December 23, 2025, to the primary contact, Andy Montesinos, at Andy.E.Montesinos@faa.gov, and the secondary contact, Harry Lutz, at harry.lutz@faa.gov, detailing their qualifications and compliance with the outlined specifications.
    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.
    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 Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    Policy, Engineering, Analysis, and Research Contract (PEARS III)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking industry feedback for the Policy, Engineering, Analysis, and Research Contract (PEARS III) through a draft Screening Information Request (SIR). This contract aims to provide support services across various FAA offices, including policy development, environmental analysis, and administrative support, with a total maximum value of $36 million over a five-year period. The FAA emphasizes the importance of industry input to refine the SIR and ensure it accurately reflects the intended work, inviting interested vendors to submit their comments via a structured comment matrix by January 21, 2026. For further inquiries, vendors can contact the FAA Contracting Office at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Transportation, Department Of
    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.
    Potential Sources for FAA-145 Certified Aircraft Paint Services in Support of the HC-144 and HC-27J Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential sources for FAA-145 certified aircraft paint services to support the HC-144 and HC-27J aircraft. The procurement involves comprehensive services including preparation, scuffing, sanding, stripping coatings, and externally painting the aircraft, with specific requirements for both scuff and strip options to be completed within designated timeframes. This initiative is crucial for maintaining the operational readiness and aesthetic standards of the aircraft fleet. Interested vendors must submit their capabilities, including company details and relevant certifications, by January 9, 2026, at 4:00 p.m. EST, and can direct inquiries to Mr. Steven Goodwin at steven.a.goodwin@uscg.mil.
    AJW Portfolio-AJW Integrated Support Services (AISS), AJW Configuration Management Support (ACMS) and Business, Financial and Administrative Support (BFAS) Requests for Information
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Special Notice regarding the AJW Integrated Support Services (AISS) and the associated Business, Financial, and Administrative Support (BFAS) Requests for Information. The FAA has decided to separate the BFAS work from the AISS acquisition, with plans to solicit them independently; the estimated release for the BFAS SIR is anticipated in the first quarter of FY26, pending necessary approvals. This procurement is crucial for maintaining effective operational support within the FAA, ensuring that both business and administrative services are adequately addressed. For further inquiries, interested parties can contact Contracting Officer Karina Espinosa at Karina.Espinosa@faa.gov or (404) 305-5782, or reach out to secondary contact Kristin Frantz at Kristin.T.Frantz@faa.gov or (404) 305-5779.
    Photography, Photocopy & Microfilm Equipment
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for photography, photocopy, and microfilm equipment. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.