Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
ID: 697DCK-25-R-00016Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    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) through a Screening Information Request (SIR). This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for a range of IT hardware and software products, including personal computing devices, network infrastructure components, and cloud-based services, which are essential for supporting the FAA's IT community. The contract will facilitate the acquisition, deployment, and maintenance of IT assets, ensuring compliance with federal standards and enhancing operational efficiency within the FAA. Proposals are due by 5:00 PM CST on January 29, 2025, and interested parties should direct inquiries to Dylan Huntley at Dylan.J.Huntley@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation for a federal contract related to strategic sourcing of Commercial-off-the-shelf (COTS) Information Technology (IT) hardware and software, known as the SAVES contract, issued by the Federal Aviation Administration (FAA). The RFP aims to procure various IT products and services over a proposed ten-year period, divided into a five-year base and a five-year option period. The contract will involve the delivery of services and products including servers, personal computing devices, software, and cloud-based services that support the FAA's IT community. Contractors are responsible for managing IT assets throughout their life cycle, facilitating acquisition, deployment, maintenance, and providing services such as asset recovery and warehousing. The contract does not cover non-COTS software, custom software development, or certain support services. The FAA plans to award multiple Indefinite-Delivery, Indefinite Quantity (IDIQ) contracts with pricing competed at the delivery order level, establishing a total cumulative ceiling of approximately $4 billion. Key elements include submission deadlines, relevant representations, and conditions for contract awards, ensuring compliance with federal regulations and standards. Overall, the solicitation emphasizes competitive bidding, ensuring fair opportunities for contractors while adhering to procurement regulations.
    This document serves as an amendment to a federal solicitation linked to a project managed by the Federal Aviation Administration (FAA). The key purpose of this amendment is to extend the proposal due date from December 5, 2024, at 5:00 PM CST to January 14, 2025, at 5:00 PM CST. It stipulates that all respondents must acknowledge the receipt of this amendment as part of their proposal submission process. The amendment outlines methods for acknowledgment, including completing specified items on the document or sending a separate communication referencing the solicitation and amendment numbers. Furthermore, it notes that the terms and conditions of the existing contract remain unchanged unless otherwise specified. This document exemplifies standard procedural updates in federal RFP processes, ensuring transparency and facilitating participation in government contracting opportunities. The amendment reflects the FAA's commitment to providing necessary adjustments in the procurement timeline while maintaining compliance with regulations.
    The document is an amendment to a solicitation issued by the Federal Aviation Administration (FAA). Its main purpose is to extend the proposal due date from 5:00 PM CST on January 14, 2025, to 5:00 PM CST on January 29, 2025. The amendment requires contractors to acknowledge receipt of this change to ensure their offers are considered. Contractors can acknowledge the amendment through various methods, including submitting a copy of the amendment or referencing it in their proposals. Additionally, the document emphasizes that the terms and conditions of the original solicitation remain unchanged, except for the modifications specified within the amendment. This reflects the FAA's ongoing procurement processes for regional acquisitions and ensures compliance with federal regulations regarding contract modifications and solicitations.
    The "Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) Information Technology Commercial Products" outlines a framework for federal acquisitions of IT hardware and software under the FAA's management system. It aims to consolidate procurement processes for efficiency, cost savings, and standardized products while ensuring compliance with federal policies and regulations. Key areas covered include personal computing devices, network infrastructure, telecommunications equipment, and software licensing. The document specifies that all purchases must align with set IT standards, undergo regular asset tagging, and include warranty and maintenance assurances. Additionally, a rebate program is established for cost recovery on hardware and software acquisitions. Contractors are required to comply with comprehensive reporting and maintenance agreements, participate in training, and manage shipping and installations per FAA protocols. Overall, the SAVES initiative promotes enhanced oversight in IT acquisitions, integrating risk management and streamlined processes while fostering vendor compliance with federal standards to ensure effective resource management within the FAA.
    The SAVES IT HWSW Statement of Work outlines the contract management deliverables required from vendors regarding report submissions. Key deliverables include Asset Identification (AI) Reports, Order Transaction (OT) Reports, Vendor Status (VS) Reports, and Product Discrepancy (PD) Reports. Vendors must submit these reports in a specific Microsoft Excel format, adhering to stringent guidelines for accuracy and structure. Reports are due weekly, monthly, or quarterly, depending on the type. AI reports, detailing asset identification, are due weekly, while OT and VS reports are due on the 10th of each month, and PD reports quarterly. Failure to comply with format specifications can result in report rejection, with a structured resubmission process outlined. The document emphasizes the importance of accurate data processing, ensuring an organized system for tracking assets and sales, ultimately enhancing visibility across government contracts. By establishing clear expectations and stringent data management practices, the SAVES initiative aims to streamline operations and improve accountability among vendors involved in government contracts.
    The Supply Chain Risk Management (SCRM) Checklist is designed for participants in the SAVES IT COTS HWSW IDIQ program, with the aim to assess and ensure adequate risk management practices related to their supply chain operations. Submitters must respond “Yes,” “No,” “N/A,” or “Alt” to a series of comprehensive questions spanning several key topics: general policies for risk notifications, sourcing protocols, product documentation, remediation practices, internal controls, and alignment with industry standards. The checklist emphasizes the necessity of maintaining updated documentation, ensuring that suppliers comply with banned lists, and managing security incidents effectively. It also calls for the implementation of a Quality Management System (QMS) and adherence to relevant cybersecurity frameworks such as NIST SP 800-161. Ultimately, this checklist serves as a vital tool in government RFP contexts, promoting rigorous supply chain transparency and security measures to minimize risks associated with procurement processes. By adhering to these guidelines, organizations can protect their assets and maintain compliance with federal standards.
    The SAVES Pricing Evaluation Spreadsheet outlines a comprehensive listing of technology and software products along with their pricing for evaluation under government RFPs and grants. Key entries include licenses for various software such as Adobe Creative Cloud, Cisco hardware, Dell monitors, and HP printers, detailing item numbers, descriptions, and quantities. Specifics include software terms (e.g., 12-month licenses for Adobe products), Cisco Catalyst switch components, and delivery details for printers. The document serves as a structured inventory of proposed technologies to ensure compliance with federal and state procurement processes, focusing on compliance requirements and effective resource allocation. This centralizes information necessary for government purchasing decisions, facilitating a transparent bidding and evaluation process while supporting the goal of efficient public sector technology integration.
    This document outlines the requirements for offerors to provide details related to their coverage and relationship with Original Equipment Manufacturers (OEMs) in response to a government Request for Proposals (RFP). It includes sections for stating the offeror's name, relevant government citation numbers, ordering contract numbers, and the dollar value associated with these contracts. Offerors must also list OEMs such as Adobe, Cisco, Dell, and others covered under their contracts, along with the number of orders issued and the total dollar value of those orders over the past year. Furthermore, the document specifies the need to indicate the level of OEM relationship, whether as an authorized reseller or distributor, and to provide the OEM's Point of Contact (POC) details. A Letter of Authorization (LOA) must accompany the proposal, citing attachment numbers. This structure shows an emphasis on verifying relationships and ensuring compliance with contractual obligations for government procurement processes. Overall, the document serves to facilitate transparency in OEM relationships and the procurement process essential for government agencies.
    The document outlines the Federal Aviation Administration's Past Performance Questionnaire, utilized to assess contractors' performance concerning federal RFPs and grants. It consists of three primary sections: Part A - Contract Summary, Part B - Performance Evaluation, and Part C - Identification of Evaluator. In Part A, contractors complete essential details regarding the contract, including their name, contact information, and specifics like period of performance and contract costs. Part B contains a performance rating scale from 1 (Unsatisfactory) to 6 (Exceptional) across various criteria, such as staffing levels, management efficiency, adherence to schedules, customer support effectiveness, and compliance with regulations. Each rating requires a narrative explanation if rated 1 or 2, emphasizing the importance of accountability in contractor evaluation. Part C identifies the evaluator, ensuring traceability of the assessment. The document underscores the significance of credible past performance assessments in federal contracting processes, providing a structured framework for evaluating contractor capabilities and ensuring accountability in fulfilling governmental objectives. Confidentiality is maintained regarding the information provided in these evaluations.
    The document outlines the Contract Data Requirements List (CDRL) for the Asset Identification Report, a key component of the Federal Aviation Administration's (FAA) asset management policy. The report serves as an electronic inventory of personal property assets acquired by the FAA, identifying each asset with unique barcodes for tracking over its life cycle. It details mandatory data standards for contractors, requiring submission in various electronic formats following equipment delivery and inspection processes. Key fields include unique asset identifiers, manufacturer data, warranty information, and shipping details. The report aims to ensure accurate asset management and compliance with FAA regulations, applicable to all contracts involving personal property. Tailoring of the data requirements is permissible with government approval, facilitating system-specific adjustments while maintaining consistency in data reporting and management procedures.
    The document is an attachment related to federal government RFPs, federal grants, and state/local RFPs but contains no specific content for analysis. As a result, there are no identifiable topics, key ideas, or supporting details to summarize. Typically, these files aim to solicit proposals for projects, provide funding opportunities, or request services from contractors. They often outline important criteria, eligibility requirements, and guidelines for submission. Without content to evaluate, a comprehensive summary cannot be generated.
    The document outlines requirements and guidelines for procuring new hardware and software under federal and local government contracts. It categorizes procurements into four main categories: new hardware/software, annual maintenance and support, multi-function devices, and items requiring special approval. Each category includes descriptions of what can be purchased, including personal computing devices, software licenses, maintenance agreements, and project-based services. Prohibited purchases include non-COTS software and development services, and additional specifics require project manager approval. The document also details a Classification Line Item Number (CLIN) structure to facilitate procurement categorization, indicating specific attributes such as asset tags or installation services. Furthermore, a list of approved vendors and their respective product offerings is provided. This structure aims to streamline the procurement process, ensure compliance with regulations, and facilitate appropriate budget management in line with government grant guidelines. The information is critical for agencies to navigate the contracting landscape effectively, ensuring all purchases contribute to overall mission success and operational efficiency.
    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.
    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.
    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.
    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.
    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.
    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.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the UAS Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically for Call 001-2026. This opportunity invites white papers aimed at demonstrating and validating technologies for the safe integration of Unmanned Aircraft Systems (UAS) into the National Airspace System, with a focus on areas such as UAS Traffic Management and Beyond-Visual-Line-of-Sight operations. A total funding amount of $12 million is available, to be distributed among FAA-designated UAS test sites, with a requirement for a 1:1 cost-share match from respondents. Interested parties must submit their white papers by January 9, 2026, and can direct inquiries to Contracting Officers Scott E. Raber and Kristin T. Frantz via their provided emails.
    FSG53 HARCD SPE4A2-26-R-0001
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the Hardware Acquisition Recompete - Customer Direct (HARCD) under solicitation number SPE4A2-26-R-0001. This procurement focuses on the acquisition of surplus government materials, specifically bolts, and outlines detailed terms and conditions including contractor responsibilities, payment procedures, and invoicing requirements. The goods are critical for aircraft manufacturing, ensuring compliance with technical specifications and quality standards. Interested parties must submit their proposals by March 3, 2026, at 1500 EST, and can find additional information and attachments on the DIBBS website. For inquiries, contact Christina Richardson at christina.richardson@dla.mil.