FAA Tower Simulation System Software - Enhancement Two
ID: FAA-TSS-E2-MARKETSURVEYType: 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 information from potential vendors regarding the enhancement of its Tower Simulation System (TSS) software, aimed at improving air traffic controller training. This market survey is intended to gather insights on vendor capabilities and recommendations related to the draft requirements for the TSS software, which is crucial for training air traffic controllers in a realistic, non-operational environment. The FAA currently operates 111 TSS units and aims to expand access to more controllers across the national airspace system, as mandated by the FAA Reauthorization Act of 2024. Interested vendors must submit their capability statements and responses to specific questions by May 19, 2025, to Manish Patel at manish.patel@faa.gov, with a total submission limit of 25 pages.

    Point(s) of Contact
    Files
    Title
    Posted
    The Tower Simulation System (TSS) Software Specification outlines the requirements and functionalities for a comprehensive air traffic control training simulator used by the FAA. The TSS facilitates the training of air traffic controllers in a safe, non-operational environment, enhancing their decision-making, communication, and situational awareness skills. It includes various modules such as voice recognition, scenario management, and dynamic weather systems, ensuring realistic representations of air and ground traffic. Key functionalities comprise a scalable hardware setup, a robust database of visual environments for multiple airports, and realistic simulations of a variety of operations, including runway management and aircraft characteristics. The software must also support advanced audio-visual outputs, integrating voice communication systems essential for optimal training. Furthermore, it allows for customizable training scenarios, enabling instructors to create specific conditions to enhance learning outcomes. Overall, the TSS software is designed to reflect real-world complexities in air traffic control, providing both initial and refresher training while ensuring safety and efficiency. The specification serves as a critical guideline in the context of federal grants and RFPs, emphasizing the ongoing commitment to improve aviation safety and operational readiness through technological advancements in training tools.
    The Business Declaration form, dated October 2013, serves as a standardized document for firms applying for federal contracts, particularly those targeting small, disadvantaged, or minority-owned businesses. It collects essential information about the firm, including its name, tax identification, address, and contact details, alongside a declaration of its ownership structure and controlling interests based on demographic categories (e.g., Black, Hispanic, Native American, etc.). The form also requires details about the firm’s management authority, business nature, years in operation, number of employees, and gross receipts from the past three years. Additionally, it assesses eligibility by asking if the firm qualifies as a small business, service-disabled veteran-owned, or woman-owned. A Privacy Act Statement is included, indicating that the information may be shared among relevant offices for small business development and contracting continuity. The declaration concludes with a signature section certifying the accuracy of the information provided. This form plays a crucial role in ensuring compliance with eligibility criteria for government contracts set aside for specific business demographics, thereby supporting minority and disadvantaged enterprises in acquiring federal funding and opportunities.
    This draft document outlines the representative hardware components for the Tower Simulation System (TSS) across three configurations: Large, Medium, and Small. Each configuration is tailored to specific operational capacities and contains varying quantities of essential hardware. The Large TSS comprises 11 gaming desktop computers, multiple Dell OptiPlex tower computers (both for file server and simulation purposes), and a variety of monitors (including several 75-inch models) alongside peripherals like Logitech sound systems and thermal strip printers. The Medium TSS follows with fewer gaming desktops and a reduced quantity of other devices, while the Small TSS includes the least hardware, providing essential computing and display capabilities. Each section details specific items and their quantities, indicating the structured approach to establishing a comprehensive TSS setup. The intention of this document likely serves as a guideline for federal RFPs and grants, ensuring uniformity and clarity in hardware procurement for simulation purposes across government facilities.
    The document outlines a draft list of essential hardware components for a Remote Pilot Operator station, as part of a federal Request for Proposal (RFP). The components include one Dell OptiPlex XE4 computer, one BOCA Flight Strip Printer, two LG monitors (a 32" and a 24"), one or two Beetronics 12” Touchscreens, one or two various communication devices compatible with specific headsets, one Luxor Adjustable Height Workstation, one CyberPower UPS, and one Creative Pebble USB Desktop Speaker. The quantities provided for some items reflect variability based on facility requirements. This information is crucial for procurement and ensures that the technical needs of pilot operations are met in adherence to standards required for government operations. The focus is to establish a uniform framework for equipping remote pilot operators with necessary hardware to enhance operational efficiency and effectiveness within federal guidelines.
    The document outlines the hardware specifications for a Scenario Development Laptop, specifically detailing the components required for procurement. The main entry featured is the MSI Vector 16 HX A14VGG laptop, with a specified quantity of one unit. The structure consists of a straightforward tabular format listing the hardware components vital for the Scenario Development initiative. This proposal aligns with government RFP standards, facilitating the acquisition of technology necessary to support various projects or operations. The inclusion of specific hardware indicates a focus on specifying the needs for enhanced computational capabilities within a governmental context, reflecting the intent to streamline technological resources for effective scenario planning and analysis. This summary captures the essence of the document while emphasizing its purpose in the broader framework of federal grants and RFPs.
    The FAA is conducting a market survey for the TSS E2 ATCT Simulation Software, focusing on operational and technical requirements. Key inquiries include whether the existing TSS software meets these requirements, especially regarding performance gaps such as speech recognition accuracy and security. The FAA states it will not comment on current contracts but anticipates vendor feedback on operational standards. It is crucial that the speech recognition software can accurately process standard aviation phrases without user-specific training. Furthermore, the FAA confirms vendors must provide editable Airport Visual Databases (VDBs) in an unencrypted, open format, ensuring FAA personnel can modify them as necessary. These databases, composed of critical geographical and airport data, are owned by the FAA, highlighting the agency's priority for accessibility and functional control over these resources. Overall, this survey aims to gather insights from the industry that will shape the future procurement and implementation of aviation-related simulation software while ensuring operational effectiveness and data manageability.
    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.
    Common Automation Platform - Request for Information
    Transportation, Department Of
    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 intends to replace outdated systems such as ERAM and STARS with a cohesive, state-of-the-art platform, focusing on aspects like integration, reliability, and user experience while aligning with the FAA's Automation Evolution Strategy (AES). Responses to the RFI, which is not a commitment for proposals but may lead to an Other Transaction Agreement (OTA), are due by December 19, 2025, and interested vendors should direct their inquiries to David L. Reynolds at david.l.reynolds@faa.gov.
    Field Operations & CUstomer Support (FOCUS)
    Homeland Security, Department Of
    The Department of Homeland Security's Transportation Security Administration (TSA) is initiating a pre-solicitation for the Field Operations & Customer Support (FOCUS) task order, aimed at establishing an enterprise-wide IT help desk and specialist support. This initiative will provide a Single Point of Contact for IT services across TSA's extensive operations, which support approximately 85,000 employees and contractors at various locations, including airports and headquarters. To facilitate vendor preparation, TSA will offer access to a Virtual Reading Room (VRR) containing Sensitive Security Information (SSI), with access restricted to approved GSA Multiple Award Schedule vendors who must undergo a Security Threat Assessment. Interested vendors must submit a list of up to three individuals for VRR access by December 18, 2025, at 8:00 AM EST, and all individuals granted access must sign a Non-Disclosure Agreement and return all SSI prior to proposal evaluations. For further inquiries, vendors can contact Evan Morcom or Hunter Howery via their provided email addresses.
    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.
    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 proposals for the Tactical Combat Training System Increment II (TCTS II) and the United States Air Force's equivalent P6 Combat Training System (P6CTS). This procurement involves a comprehensive Request for Proposal (RFP) that outlines various Contract Line Item Numbers (CLINs) for airborne and ground subsystems, ancillary mission equipment, and related support services, which are critical for enhancing military training capabilities. The contract will cover essential components such as program management, systems engineering, cyber engineering, logistics, and technical data packages, with performance expected in Orlando, Florida, over multiple fiscal years from FY26 to FY30. Interested parties should contact Kurt Susnis at kurt.a.susnis.civ@us.navy.mil or Andrea Gordon-Eubanks at andrea.l.gordoneubanks.civ@us.navy.mil for further details and to ensure compliance with the submission requirements.
    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.
    F-35 "Lightning II" Training Systems and Simulation
    Dept Of Defense
    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.
    F5 Renewal Software and Maintenance Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure F5 Renewal Software and Maintenance Support. This opportunity involves a Justification and Approval process that restricts the number of sources eligible for consideration, indicating a preference for a brand-name solution in accordance with TSA procedures. The software and maintenance services are critical for the TSA's enterprise information technology operations, ensuring the continued functionality and security of their IT systems. Interested vendors can reach out to Michele Reeves at Michele.Reeves@tsa.dhs.gov or by phone at 609-813-3371 for further information regarding this procurement.
    RFI: Foreign Military Sales – Space Systems Training Capability Assessment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to assess capabilities related to training for aircrew, maintenance, and support services in space systems under the Foreign Military Sales (FMS) program. The objective is to identify potential sources that can provide commercially available training courses tailored to the unique needs of international partners, enhancing their ability to utilize space systems effectively. This initiative is crucial for maintaining air superiority and executing diverse missions, as the U.S. Government and its allies increasingly rely on space capabilities. Interested vendors are encouraged to submit their capability statements and pricing information by January 27, 2026, and may direct inquiries to Joseph Crespo at joseph.crespo@us.af.mil or Joseph Wilkerson at joseph.wilkerson.10@us.af.mil.